Loading...
HomeMy WebLinkAbout1975 117,17 a ~ P.r s vkr `7r7-77 y of ~r~:r,r r;I T lA. ;t _ r r &P~.7FIC7~i'IONS MY OP DWXVI q S k!E'17~Lr-QAD .Sy+1T1C~t(~~ ' +-E4C )SED BUS DILM BATTEN AND OIAR= 69XV OllID= guy Ate msocmpm mmaez" PW 5988 BID 8283 D-ntOn Municipal Utilities 215 1,', McKinnoy Ibnton, Texas 76201 July, 1915 ek r r -777 77-1, =7 TABLU OF coMlLnM l .0 th---=ge ARTISTFffNT INSTRtIcrION')' TO BMDERS A-1 A-2 PROPOSAL • B-I B-4 PROPOSAL DATA C-1 C-2 ' COWRACT AGF.FBM(3NT D-1 D_~ PRRMP, L N(M BOND CA-I CA-2 9NERAL UOIJDITIONS PB-1 PB-2 ' PART 1 GC-1 GC-13 OX IM RBQUIRIADn IA 1~,-;Scription and Scopo,'of tho.Work 1A-1 2B - IA-4 General F.qulilmmt Specifitations 18.1 113.4 IC - Engineering Dana IC-1 PART 2 - MAILED SPECIFICATIONS 2A - Metal-Clad ;witchgear 2A-1 2A-18 . 2B - Metal-r=losod Bus Duct 2B-1 2B-3 2C - Battery and Churgor 2D - s 2C-1 2C-2 STATION STEUL M' RM 2f3 - DISO p SWIMB~ 2-Dl 2-D4 2F - IM UTATOM 2D}-1 '2E-2 2F-1 2F-2 2G -Lightning ArL,st.ors 2H- Park`mim D61tlc&s 20-1, 21 - ptrlb BLS & FnV N„ 211-1 . 2K - c;Idp(lN IM 2J-1 Drawing 149.21 2:-i U!awing 149.22 D24awing 149-23 Dr;twing 149-24 "~6S srr^ 'Y s „ ALAI Tq•ISE-11VT 1S W )t4TAL-CLAD S14ITCIIGT-AR 15 KV 13US DUCT ]BATTERY AND C[IARGER 69 W OUlp POIt S AND ASSOCIATID QagMM Sealed bids will be received by the City of Denton, Texas, at the office of the Purchasing Agent, prior to 2;00 p,m., August 5, 1975. . Central Standard Time, they, publicly opened for furnishing on Bid No. 8283 1 Set of Metal-Clad Switchgoar 1 Metal-Tinclosed Bus Duct 1 Set of Battery and Charger' 1 Set of 69W Outdoor Bus and Assooiated Components Prosppeective biddors may examine copies of the specifications at the office of tho Director of Utilities, 215 H. McKinney, Denton, Texas, 76201. Specifications will be issued only to those bidders who have been'dotormined by the City of Denton, Texas to be qualified to bid, Uotormination ^f a prospective bidder's qualifications will be based entirely on written evidence submitted by the bidder in duplicate to the City and no later than, .10 days before the time set for opening the bids. Each prospective bidder shall submit evidence that he: Has adequate plant equipment available to do the work properly and oxpeditiously , Mis an adequate' financial status to meet financial obligations incident to this work Has no just or proper claims pending against him on other similar work It is desire' that the equipment offered by the bidder shall be similar in size and t-/pe to equipment manufactured by him which has been in successful commercial oN-ration for 3 or more years in sub stations within the United States. The prospective bidder shall submit a list of such equipment in service 3 years or longer. The list shall indicate the owner's name, location, date of initial operation, rating, operating conditions, and type. Qualified prospective bidders may obtain copies of the specifications from the timer, City of Denton, Director of Utilities, 215 la, rcKinney, Denton, Texas, 76201. , All bids must be made on printed contract document forms included in the specifications. Bidders may bid on each item separat,rly or combined on the appropiato proposal forms (CI-C2), A-1 e F ,i k n ,y 5 Yr`R` t7 #i "t aJti{. °~i e n 1 7A, . All bids shall take in consideration that the above equipment must be delivered to the job site prior to Kircho 1976, No bid may be altered; withdrawn or resubmitted within 60 days from and after the date set fo:r the cpeninF of bids. The City of Denton, Texas, reserves the right to reject vny and all bids and to waive defects in bids. C17Y OF UFN1' l TEXAS Jo J. Marshall Purchasing Agent ?3 'd', + + k r .w 'Ge 7, _ r7177' INSfBIK7IONS 'in i1TE1llI;ILS 1 8,1 rJ24'lt•1i„ 171eso instntctJons Apply to the prelriention of prulposals for 131Pi N" itorJals`gnd reIntod work for the C,ity,at iknton, Texas, acting; thmul;1 it3 i16lic, Utilities koard and i.lty•C.otupcil, hereinafter reforred to as the I3,2 I'1~1~5:11.S. i'roposnls shall be prepared turd sulpmittcd in duplicate, each copy cimialning a coil)leto botuid copy of these, ;ontmcv docidnents, proposals which aro not prepared in accordance with these instructions or which are submitted without n complete boputd copy of theso contract documents will ingply that the bidder does not intend to conyply with all of the contract conditions and such proposals will be considered irregular, 13,2,1 Prepiration. P.ach proposal shall be carefully prepared using the proposal anc ac`t;i form, bound herewith. Entries ore the proposal and data forms shall be typed, usin3 dark black ribbon, or legibly written All black ink. All prices s;nnll be stated in words and figures except where the forvo proyido for figures only, Racli bidder shall list in the space provided in the proposal form all oxceptions or conflicts betpNLm his proposal and t)W contract documents. If pare space if required for this listing, additional pages puny be added behind the pproposal. form. If the bidder takes no oxce+ption to the contract documents, lno shall write "Mono" in the space provided for the listing Proposals which do not comply with this requiremcant will be considered irregular and way be rejected at the discretion of the (><+rner. In case of conflicts not stated as directed, these contract doctunents shall govern, The bidder shall not alter any part of the contract documents in any way, except by stating his exceptions in'the space provldad on tho proposal form. no bidder shall staple or ntherwise,bind, with'cach hound copy of contract docluwnts submitted, a signed copy of encil adden(L6 issued for theso contract documonts during the bidd~rlp period. Vie bidder shall assembly 11111 drawini;s, catalog data, and other supplementary information necessary to tlior,ul)ily describe rtntorial,s and equipment covered by this 1'rcposnl,,and shall attach such sulpplement;al inform ition to the butond copy of thuse contract docunents submitted with tho Proposal, 8,2.2 Sip atures+ iiach biddor shall s1p)i the Propo,n] with his ust4rl signattnre idi-i slid. live his full business address. Bids by partnership; shall bo si pied with the partnership n.m fol l=td by the signature and designation of ono of the partners or othur authurired reprasentativo. Bids by a corporation shall bo sipped in the mulla of the corlporation, 'follop•;od by the siJI)taturc ,uta dosilmMion of tho president, secvetary, or other purtien outhorkod to bind tiro ~orlporation, '11)e names of all persons silnring slpould also + by tllpcd or printed below the s.ilp.1ttat•a, 8-1 • r r}'i•xf. "~i ~~i ~x,~y.~1 T, ~.y .7• tT ° f~ r 'Sy't iy ~ p <~m r A' bid by a porcton w1io itffixes to his sijoaturo the work "presidcrnt", "secretary "a F:, L", or otl~cr desif cation, without disclosing his principal, will be ro,; cted, Wien vLNItoste6 rratisfactoi ~ oviLice,or the outhority of the officer sii,!tingg in I)Ovilf of the corporation shall bn furnished. Iiiddint; c'.o17>arn,tion~ shall ~ie%Ipiate tho state in whicll they are incoij►or:atcd ar.d the address of their principal office, 11.2,3 Submittal. Proposals shall by submittal in a scaled cnvelopo addresscA to the E, 1'1"x` I'd G1.ffON, TrXAS, nttontion: Porchasing Agent, and endorscd on the outside of the envelope with the bidder's name Lind the name of thn work hid upon. 11,2.4 Withdrnwal, Proposals titay be W.9idrown, altered, and resubmitted nt any timo bo3'oro -M funs set for oixning the bids, Proposals may riot be w1thdran11, altored, or resubmitted wi.thin.60 days tharcafter. I3.3 INPODATIaN 110 4111 SUBMIM-11 W111 PROPOSAL, Each bidder shall submit with 11is praposaf the na,rv of iivitif;tcturer~`t o-y type or model of each princilull t`of equiprrnt or iwiteri.al he proposes to furnish. Ifs shall also submit •;tbrewith drawings and descripptivo matter which will shore general dimensions, principal of operation, and thQ. iaterials from which the parts are tmdo. Any bid not having sufficient descriptive matter to describe accurately the equipment or materials bid upon will be rejected as irrecru lar, 'iilc above drawings submitted by the successful bidder will be rotained by tlae airier. Any tatterial departliro from these drawings as submitted will not bo permitted without written permission from the Owner, Verbal st- atemcnt3 lade by the bidder at any tins regarding quality, quantity, or arrangetnont of equipment will not be considered. If alternato equipment or initerials are indicated in the Proposal, it shall. Oo understood that the a.nor will have the option of selecting any one of the alternates so indicated and such selection shall not be cause for Oxtra compensation or extension.of time, I1,4, TAX1:5, ITINITS AND IACt-NSNS. '4'he bid price stated in the Proposal shall inclucfa T taxes, px'rnlts,` aiicfliecnses which might be lawfully assessed against the Dner or the bidder on the tkite of the Proposal, dais shall include federal, State and local Vixes, use taxes, occupational licenses, and other similar taxes, permits, and licenses applicable to the specified work. Ilia successful bidder will be coiq)ensated for any increase in tax rates, license fogs, and pormit fees or any new taxes, licenses, or pcrmit3 iti,posal oftor the date of the Proposal; provided ha~ovcr, that this provision shall. be limited to sales, use, excise, and other ad valorem,taxe3 assessed against the completed work mist to licenses rind permits required specifictilly for.IIir proposed work. It shall bo tho bidder's res11ionsihility to determine the applicablo taxes, permits, acid licenses. If t]to bidder is in doubt vs to whothor or not a tax, pormit, or license is applicublo, fro sh:111 state in his proposal , whether this itcmt has been included in his bid priua and the amotult of 11e applicable tax, permit, or license in question. b.2 .a '0 i. r b1)= R.5 'flhll of i r,i.'i.1;Ctox. 'I'ho tho' of com`►letlon of the work Is a h.isto costsliTorcitiaii ci1`~tls_~• lS)ntrnct. 11ic: 1'rc~pe:;al tih.ilI be based 111)011 cotnplotlon of the worii in accoromicu wltii the 1;ur.u;u~tr~:i! dmo of dviivery. It will bo necessary Umt, 1ho lilddcr satisfy t+te Mm-t' oC his ability to comploto With t'.rork w;tlti1t thI'1 tiIm'. In this connection; attention is called to the provisions of the attached 0moral Conditions rolativo to dolnys and extensions of time. D.6 DON9. 1lto contractor to whim tiro work i% awarded VIII bo rec;utred to furni`slt ;n Porfomince hand to tho City of ltonton, Texas in an ataount equal to 100 por cent of tho contract omotut. '1'lie cost o!' the bond shall he included in tine lunq) sum bid pric•.e. ;Ire bond $11,111 be cxactttcd oil the forms provided, copias of t,hich are art,,1clted hereto, silmcd by a surety cogviny authorized to do business in the Stato of Texas and acceptablo ns Surety. to the Omior. With the bond shall be filed copies or "Power of .Itnantcy", cnrtified-to include the data of the bond. 11.7 IMI, CONDITIaNS, ' If the work includes flold'consttuction, fumishittg field` aTi-or, or Y urnistt}ng of hold supervision, each bidder shall visit the site of tliv t,ork turd t}sarou,:hly Infom himself of all conditions and factors which vould affect tho prosecutian and-completionof the wort, and the cost thereof, incl1011-ig the arrangownt and eaidi.tions of existing or pivivsed stntctures affmting or iduch aro affected by, the proposed work, the procedtrro nccessaty for n~iintrmintco of'unsntorrupted oporation, the avoil.ability and cost of labor, and facilities for transportat; n,-handling, and storage of materials and ecluilmont. It rust bo tutdorstood and agreed that 1111 such factors have been pro;)orly investigated and considored in the preparation of ovary proposal sti,~mitted, as there will be subscc;acnt financial adjustment, to any contract awarded thoreundar, which is based on tho lack of such pribr' infoination or its effect on the cost of the uvrk. D,8 11'11,111"JUJATIM Ol' SITZIFICATIONS. If any prospoctivo bidder is in doubt n~s i:ci iltc "tnta n~caii3tig•o • fury prit•t 7f the proposal contract documents, lic mi submit to tho earner a written request for in lnterprcttition thereof. 1110 'persolt sttbmittiii;; the requcst will be n• 5pollsible for its proript delivery. Any intorprotatien of the ptvlx)scd documnts will be, urtdo only by riddendtun duly issued, and a call, of such add:ndum will be'lrolled or,dolivt:red to each person resolving a set of such documents. Thc Owner will not bo m;pottsiblo for any other caTlln,ttious or intorprotat.toils of the proposed docuuronts. It shall be the responsibility of the blilder to advirc the Nilur of conflicting roquircnonts or omissions of information t,hich are tlccessary to a clear ttndcrsttuul}ng of the cork beforo the date sit for oltcnin; bids. 'llioso (µ,estion5 not rosalved by addenda sh,tll.bo listed n tits bidder's proposal, tog:ther wit), statements of the basis ul>on which the proposal is tntde as affected by ouch clttcstion. B.11 ACCI:1ITANCI's AND 1;i'll?t'1'im 014 111115, 'i'ltc. Wier rescrvcs the rllj,t to accept fli4liil i,7~icli; ,3u'i jiklfatcnt, is the-lowest and best hid; to reject (Illy and all hid::; and to vni'vo irregularities and infol'imlitics in mty 101d that I,.; subinitu'd. WAs received :1fter *uCified tlru of cl.usitu: will be rcon7tod urtohrncd. • 11-3 • t r ' fit, r.~ 1' . ! s t I • 13.10 ex"Cri'muml C][.1fi~1;5. Tack bidder shall stimult with his pxolmsnl tho d.tta im y cru3c~, nt oii cl~ar~os Would comnolico turd a sclicd;~la of the applicublo c.ilh6ollation chnrlos as provided for in Articlo GG-19 of tho CENIMAL CC1,NDITION$. 1 B-4 • PEtOfaOS~r, City Of De,,%ton, Texas city flail Denton, Texas Attention; Mr. John !Marshall, Purchasing Agent Did No. 8283 Proposal for Gentlemen; The tvidersigned bidder having read and examined tlieso specifications and associated contract documents for.tho abovo desi hereb tated equfiunent does in y propose to, furnish the equipment and Pro ido the sorvico set forth the Proposal. All prices stated herein are filtr~ and shall not be subject to escalation provided this Proposal is, accepted within 60 days, The undersigned hereby declares that the follmiing list states any and all variations from, and exceptions to, the rolui.rements of the contract documents and that, otherwise it is the intent of the Proposal that the work will be performed in strict accordance with the contract documents, _L.`s ZAP 412 on C-1 rt Y 7. -7 _~Iflllw ' p y .T ~R 1 Yf.t.N ! .r~~ f , ' r W'r n,5nociated otxOces to funiish tliu ~9 KY cmr T1ro wtdorsi lea bidder herctw 1 ir s aifi(1tia11) :cad lsooriatcd nom' in acoordianoo with t for the firm lurr,) plot~o fob, I)On i 7t,lir:txas, ed in GF1~1:WL CON "'~CJN5r.?lrtialo W-11 contract docun suns prioc of GN ,7„ mil e co 7 RuMDIL I M ~v JN~Lv'fllNS2~~cANS ZA)L 0' T price n I or s) declares that only the parsons er fno and that od The undersigsal asrprilt declacipal or principals are named n1ly hintere~st in (this. in the Propo than herein mentiened have d i that this Propos1til other persons or firms meant to be ontcred nto; or parties Proposal or in the Contract Ag other person, is comN in all respects is made %jithout connection with anf g a bid h prop opal; and that it likewise for and sinubmgoodittin faith, without collusion or fraud. ted the undersigned bidder agr'.es to ::.,mit dra<~►,ngs if this proposal is accep in 'chedulo and cnginecring data in accordance rdanco with1 thoCsh`.rpto co lete de] veYY r;atcrials in acco very is , of equipment and doid m~tcrialstd the n Section lA. T'ho UmdersigieC uilment1u specified i , • time of drawings and data submittal an q of the essence. . day of1975 ti~T t9Nl~ this Dated at~LE Bidder. ARTHUR TAIMAIt ASES' IN---- pr~ldent • Title ARTHUR TATMAN, Attest: ARTHUR TATMAN & ASSOCIATES, INC. 23290 Commoroe Pafk Drive Cleveland, OWo 41122 • ftOSELLA M. PUSKAS - Rusiness'rd< State of ineorporation___lp Address of Principal. Ofiico • gRTHi''t TATI~IAN >i AgSIATESY 1P; 2 23 Cleveland, Chlo 602ive Z16 464 'M S d C-2 a L l '1 r.+ . d a~. t~ 6 7 Y t 77" .yX73 i ax jhAr.ti PAbfWAL DATA 1,0 GFMs`R . The following information on the proposed equipment and materials be submitted with the Proposal: A corjiloto description of all proposed equipment Plan rind elevation drawings showing proposed dimensions 2,0 iFbifT DATA. The information required on the following pages is to assTs{Tio"OWr in evaluating the Proposal. The data listed herein shall not relieve the Contractor of his responsibility for meting the requirements of the detailed specifications. I Note:. Write entries boldly with black Ink or type entries rising carbon black ribbon, D-1 . " ' `Y.L9 J('ti:' ir`i k a•~,9. i .i`,`•~ *Y .7; a.. a 'r . 1 U . Section 2A, 15 KV S,itchgotar , Manufacturer ' i Typo of Circuit breakers ' Make and typo of current ' transformers ' Make and typo of potential transfonners ' Make and type of aux, power transformers ' TYPO-of bus insulation ' Type of bus supports ' Typo of Insulation . Type of supports Typo" of insulation on cbratections ; Typ and size of wino used in , small wiring Circuit breaker ' Current rating, amperes ' Voltage rating, volts Interrupting capability, max. Closing and lntching capability, amporos ' Short time three second capability, amperes Typo of closing mechanism Operating current to cloao at 125 volts d-c, amperes Operating current to trip ' at 125 volts d-c, amperes Make and typo of ammotors 0 Make and typo of voltmotors~ . . D-2 ti M v A c f' ew yN .v 'V ° ~h,r ~i rt~T `~'f t 7,{ E,'~~ ;C "i9' ^v ? 370 '±i 3r '6 .'W77 er s Name) Make and typo of control switches Make and typo of indicating lights Make and typo of lightning arresters Make and typo of overcurrent relays Make and type of directional over- current relays Make and type of directional overcurrent ground relays ' Make and typo of bus differential relay Make and type of pilot wire ' relays Make and type of watt/var recorder Make and typo of transformer differential relays Make and typo of 13.2 KV reclosing , relays ' Teske and type of 49 KV reclosing relays Make and type of lockout relays Size of completely assembled switchgear width Depth Height Total weight of switchgear ' pounds Wei t No Ea PA o' Shipping pieces `r AC panel board Manufacturer and type ' Unit price for furnishing one spare removable breaker element Guaranteed date of delivery • . • a tie DA Y j t z +t i` F. ° • ,f •.b*dyf ,.~ev tti4 •y~...e~*+4.s's !r Vl 1':'r "',~i•"J~ :1,,. wvl 1. • Section 2B 1S KV Wtal.er►c'josed , BUS t :--T- us Bus Duct Cable Bus Manufacturer Mrrber and size of bus bars r or cables ' Type of insulation Enclosing metal, type ' Width, Inches ' Depth, inches ' Weight per 3 phase foot, lbs, ` Unit adjusting price per 1 phase foot measured along the bus center- , line for additions or deletions to the bus systems, including fittings , Maximum temperature withstand ` of insulation ' Space heaters ' Quantity ' Rating, volts hating, kilowatts Guaranteed date of delivery ` Section 2C, Battery i r s . ame Manufacturer Cat, No, or 'M~e Battery ' Battery number of cells Rated capacities in Amp. ' l~rs~•••~•••....8 hrs. 3 Final Voltage` hrs. w , inal Voltapo 1 hr. ""final Voltagc - 1 minute anal Voltage`-' . D-S J f.,a. 71,11, IV _ E "qnp- Battery total dimensions arranged as in Secilon 2C.4 Width , Length Battery charger MAe and typo Charger DC amps . DC Panelboard make and typo Guaranteed date of delivery • / • I , 1 . 1 • / / , D-G ARTHUR TATMAN d, ASSOCIATES, INC. 23290 Commerce Pork Drive Cleveland, Ohio 4.4122 (Bidder's - Section 2U - STEEL STRUCMIrS- AATH 2 TATMAN ASSOCI wE@, INC. Clweland, Ohie 44122 Supplier's namo . Estimated total weight of A~pg.~X Z.1 Obo stool, ponds ; Delivery Date ZA- u C 61E J% List structures which require field assembly and describe ; shipping sections for each ; SL1J~ tv17J•d GOL.~ . `1~1'ZU5?~S ASSP.MSL+r O . 1 . . AW)Or< DOLT DELIVERY DAT13 12. ~v C k.! . 1 f f . , f f , . . 1 tt^ •r.~_ < ' . Y:d r~ .r,ti 71; M w w.~'~'~. !s v 1 r 'sw f r. r _ ~ .7c• t a . . .It i d; ~ 4~a ~v ~r 'r r r t i1 -4tl ^d K r.. r ir, 'If ARTHt1 'A MAiV A8S~CIATFM INC. 23294 anmerce pa* Drive ClelrOland, Ohlo 44122 : S er s Niue) Section 28 = DISOOiO1I;CT SiVI'tU S Items MI Marufacturer's namo ;70 MpG W swan r' (.0 Typo L Catalog Nor rag %a V I '2o Am P Item 2E.2 Manufacturer's name V 3 LYA) Type - L Catalog Na. rw (vo0 AM P Section 2F - INSS1l.ATORS Station post type Manufau'urer's name C,t4_E_ P , Catalog No. q 5 &I A-? O Suspension type ' Manufacturcr';s name ~pZ.~L E Catalog Ab. ZO S a40- 70 Section 2G - LI(irTNINo ARV-Sr) RS . . Manufacturer's name Catalog nimber 9L/2L GAO6O . . . . • ~ r •Y=.; tF: d'r „Fr' ilY, j...r L a '..'r •*i. { d+.i. , Y i"1 w1 r+s'-'i x y ^:d ~R r; r k o : a r =•i.: .'t': ~r7~ { ~a;.~iS ~ Y'tu`1 1 .'l~.Yi•~ rai';. r sj i w. , AATNUR TATMAN S ASSOCIATES, INC. 2M COMM fte Park Drive ' • CEe 8IM1, Ohio 44122 . : Manufacturer 'typo or Catalo& No, Section 2H - P0nWFIAL DENICE:S G. E • C_yZ,_, G~ 31 Section 21 - RIGID BUS, BUS T•117INGS, ; AND MIPI;RS Conductors Cable V S (z US BUS : C *fdvom) S GOO- TCc Connectors ANq C° Lso~ IELCG Fittings SGYA/ Section 2K GROUNDING MATCRI&L Grouna Rods COPE iC. w e L Split bolt stud connectors ,~EN~ v~tlloN Guaranteed Dato of Delivery ; All Equipment 2 $ W ECk S . • . . a Y . . . ' Erg c t;G .7 p y. i rf 7777,7 Lo 7 e"il CONTRACT AGREBMr. TTIIS OON'TRAtT AGRETH- Nr, made and entered into this 22 day S-ev 1 9751 Gy~T'eti,'ecn t o CI'T'Y Or DENTON, TrAM, Party o ,riem irst Part~~an ~ hereinafter called the "Owner", and 412742 71A7P14A A,V0 ASSo a s T~rc Of the Second Part and hereinafter called the "Contractor", ' WITNESSET11: TTWT WTIERFAS, the Owner has caused to be prepared, in accordance with law, spec icetions, plans and other contract documents for the Wrk as herein specified; and WHEREAS, the said Contractor has submitted to the Owner a Proposal in ace ai cs with the terms of this Contract Agreement; and M-MREAS, the Owner, in the manner prescribed by law, has determined and e7'cIaared the aforesaid Contractor to be the Imiest and best bidder for the said work and has duly awarded to the said Contractor a contract therefor fo,t the sum or sums named in the Contractor's Proposal, a copy thereof being attached to and made a paxt of this Contract Agreement; NOW 711EREFt7Ri3, in consideration of the compensation to be paid to the contractor an of the mutual agreements herein contained, th,'parties to those presents have agreed and hereby agree, the Owner for itself and its successors, and the Contractor for itself, himself, or themselves, or its, his or their successors and assigns, or its, his or their executors and administrators, as follows, ARTICLH I, That the Contractor shall furnish fob, Denton, Texas -klk- bU7 be 2 U 57q tjui.! f Sn~ c S tc7l~.vS 21~ . V '2.IC complete as specified and required iii accordance with the provisions of the contract documents which are attached and made a part hereof, and shall e;cecute and complete all work included in and co%tred by the Owner's official award of this Contract Agreement to the said Contractor. ATICLE H. That the Owner shall. pay to the Contractor for the work and mate rja s embraced in this Contract Agreement, and the Contractor will accept a full compensation therefor, the sum for all work covered by and included in tho contract award, designated in the foregoing Article 1; payment to be made in cash or its equivalent in the mvuier provided in the specifications attached hereto. CA-1 i', r ~ ~eisf~ • r~ 77; ~.P r e " .r i 'Ax ARTICLE III,. That time of completion is of the essence of tho Contract gree7fment; and that the Contractor shall proceed with the specified work and shall confonn to the following schedule: ((varantetad clnlivezy date as shown in proposal data) ' IN WIINM- WHEREOF, the parties hereto have executed this Contract Agreement' as of the day an year first above written. MY OF DWWN, TEXAS (SEAL) ttest_ ARTHUR TATMAN t AMC1ATEc3, INO, Dirive CiwW0hb (SNAL) sident Attest ( !moo , sn~srtd •w ~~asua The foregoing Contract Agreement is in correct form according to law and is hereby approved, Attorney r Owner CA-2 T 7, w, 1 1. -777 77 7- P1 RFOF$W 'E BOND )QM ALL ION BY 71ME PRFSEM that we, ARTHUR TA'TMAN & ASSOCIATES, INC. hereinafter referred to as "Contractor", and AMERICAN CASUALTY COMPANY , a corporation organized under tYA laws of the State of Ohio and authorized to transact busimas in the State oflexe ,`Surety ; and held and firmly bound ito the City of Denton, Texas hereinafter referred to as "Owner", in the penal sun of Sixty-seven Thousand Eight Hundred and 00/ 100 800, 00) for the payment of which sum, wait and truly to be made to the Owner, we find ourselves and our heirs, ea~ecutors, and administrators, suooessors, and assigns, jointly and severally, by these presents: VWREAS, on the 2~ day of 19 , the Contractor et►teried into a wrL teen contract w t~i~ of a finer for• turnismaterials, supplies, and equipment not furnished by the Owner, construction tools, equipment, and plant, and the performance of all necessary labor, for and in connection with the,oonstruction of certain improvements described in the attached contract docunents; and w=WM, it was a condition of the contract award by the Owner that these presents by executed by the Contractor and Surety; NOW, THORE, if the Contractor shall, in all particulars, wall, duly, and faithfully observe, perform and abide by each and every covenant,, ications, condition, end part of the said contract, and the conditions, spa drawings, and other contract do=cents thereto attached or, by referenoe made a part thereof, according to the true intent and reaning in each case, then this obligation shall be null and void; otherwise it shall remain in full foro3 and effect, PR WiDID MOM, that if the Contractor shall fail to pay all just claims and denunds by, or in behalf of, any eeployee or ether person, or-any firm association, or corporation, for labor performed or materials, supplies, or equiprent furnished, used, or consumed by the Contractor or his sub- contractors in the performance of the work, then the Surety will pay the full value c.f all such claims or demands in any total amount not exceeding the amount of :hi.s obligation, together with interest as provided by law, PS-1 e lv fw' ..i4~ r` '.d A. H' .s, Jr r Ff; 5' Y 'DIE lMU61GNED SL%v1Y, for value received, hereby agrees that no extension of timQ, change in, addition to, or other-modification of the terms of the contract or work to be performed thereunder, or of the specifications or other contract doc'umnt, shall in ny way 'affect its obligation on this bond, and the Surety does hereby waive MUM of any such entension of time, change, addition, or modification. IN TESTIM)NY WkiETWF, the (bntractU: has hereunto set his hand on the Surety has caused these presents to be emcuted in its nmw and its oorporate seal to be affi)ed by its attorney-in-fact at on this the 12th day of September , 19 75 (SM) A erican Cas,talt Com ar ' H L n-fact In- iat~QP=ty Coroany) ARTHUR-TATMAN & ASSOCIAttS, INC` Coun rsigned bye lk1R-Ti1TiVb4lf; rP e~ nt Licensed Res nt Agent Meadows-Fisher & Cleere BY (state Representa re (Aooonpany,this bond with attorney-in-fact's authority from thetsurety Conpany certified to include the date of the band,) ' Mi-2 ~ r ~ e i M: ~ i k fr 77 71, a 1 a 4 Y"'F4a ' L' f .v.42. OI R9A01Na, I9NNiYLVANIA EXECUTIVE OFFICES: CHICAGO, ILLINOIS A PtNNSYLVANIA ColtpoRAVION POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT organ i dwaAill a aisting n by h a the laws Of Present, That CAMERICCN tl S tAPennsy~hrini hiyI DING PENNSYLVAN corporation duty it$ and Slate of Illinois, does hereby make, constitute and a a -fad iyiduall ppolnt AYrv s g pdnelP+I offke in the City of Chicago, Ki l~ga, its true and lawful Attorney-IrrFsct with full Power and authrity hereby conferred to sign, om--n takings and other obligatory instruments of similar nature as' follows; Hal end execute In its txhslt bonds, under _~t11QUt Limitattn.Ye end to bind AMERICAN CASUALTY COMPANY OF READING, as PENNSYLVANIA there as fully and to the tams extent If such Instruments were signed by the duly authorized officer of AMERICAN CASUALTY MPANY OF READING, PENNSYLVANIA and all the acts of said Attorney, Pursuant to the authority hereby given are hereby ratified and confirmed, Directors of the Company; This Power of Attorney Is made and executed Pursuant to and by authority of the following BY-Low duly adopted by the Board of "Article VI - Execution of Obligations and Appointment of Attorne Section 2. Appointment of Attorney-In-fact' The President or a Vice President may, 7fm tat certificates attorneys•In•fact to act In behalf of the Company In the execution of may, fro m time to time appoint written other obligatory Instruments of like nature. Such alto ".Irrfac subject to the limitations set forth In Their n by of authority shall have full r to bind the Com art policies of Insurance bonds, undertakings and ou p yby theirs [nature and of Dion of any such tirr Instruments locertificates "aQof t rithe Company there o. The President or any Vke President or the Uoud of Directors may at any ny tlmtt revoke all Power the out riy previously given to any e:torney-In•fact.` 1 t#and and This Power of Attorneyy Is signed and reeled facsimile under and ut~n Board of Directors of the Company at a meeting dbuyty ratted and held on thy 6 lath deyoNomb~r 9Re~icn eked by the "Resolved, that the sl~mature of the President or a Vice President and the seat of the CorhDDaa y any power of attorney gran ed pursuant to I Ion 2 of Article VI of the by-Lows , and the signatureof the Sectary or en lysbtent Secretary and the sea of the Company may pe off-ed V, ,ecsimlfe to any cortificete of any such power mand any szh / lmlie on tificate bearing such ~acsimile signature end seal shall be valid and binding on the Com a or unertaklrtg to whkh it Is .f sealed and certified by certlf r-ste ro executed and sealed shall, with respect p ps at or eer• continua to be valid and binding o,'1 the Company, to any bond' Auch "er executed and " attached, In Witness Whereof, #..MERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA has caused these presents to be s;gndd by Its Vice President and Us corporate seal to be hereto affixed this day of . __.1'u 1__ v___------, 19-.25_. AMERICAN CASUALTY 00 F READING, PENNSYLVANIA State of Illinois) ~'4 0 County of Cook { st x.x. On this .--3 rd_ da of Vice President. R. J. Wall y to me known, who, being by me duly sworn, did de 19-M. aeon he V: 'llaisy sa me Western Springs Stet: of Illinois; Dwtt and e,y: that he resides In the Village of Wester the oorponj described f and which : tatexec Is a VkoePbovi•eInstrument of A~ he nua a kn the a COMPANY id READING, PENat the test :Nixed to the said Instrument Is such corporate seat; that R was ix tons of said co rhos and that he signed his coma thereto parnant a like 'euthod toowt the se 1 of said Corporation that to said corporator. r, and acknowledges tune to be the act and deed ►n~x ~ eoaa~ Virgin a Nelson Notary Public, I CERTIFICATE My Commis on Expires June 18, 1979 P. F, Granabon , Assistant Secretary of AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, BydiNi ol! tithe Po y of Attorney tome solution n obi a the Bofor ho Is still I nt~pt forth In raid ^ce, and fIn sold that t3ttorne 2 of Article VI force !n lost imony vwh%ofnlbere hereunto subs~rbad my name and affixed the seal of the said Compan"r of y thisAttorny n tell! In /ore:. In lh-- day of ~A~'a4rra ✓V xx P. F, Crar:ttan Assistant Secretary. 8.23142-A 1"O VAlinsurance N• - ~ ' t , ~t ~ t a e 4 ; ~ a~? dom. 5y5y,y~';.y~,, y~e~'yy~° ~ x y P ~Y~"! ~'vr.1,~~'~' r~ 4 r rl ' ,y I 1 ~P tp L,_ '1 'HR p1`P~1UL co rr'rs~ttee . [ 1~Al~t. MERCUfFIY INSURrNEE CO` MPA 1►'. CERTIFICATE OF INSURANCE This is to certify that the following polities, subject to the terms, conditions and exclusions have been issued by this Company. The Company will mail to the party to whom this Certificate is issued a record of any material change sn or cancellation of said policy or policies but takes no responsibiliW for failure to do so. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE IS ISSUED: CITY OF DENTON, TEXAS Muni cipal Building Denton, `Texas 76201 • NAME AND ADDRESS OF INSURED ARTHUR TATMAN & ASSOCIATES 23290 Commerce Park Drive Cleveland, Ohio 44123 INSURRAN~6 VATE LIMITS OF LIABILITY WORKMEN'S EFFECTIVE EXPIRATION STATt1T0AY - to conlormence w th fhe Compensation Law of the SuU of: COMPENSATION 734NA0084 4/1/75 4/1/76 Statuto, ry 100 000. ~apERTYOAMi►o£ PUBLIC BODILY INJURY LIABILITY Each Occurrence Awepst• Each Occurrence Aggregate 4NA 5685 10/"1/7 6 • . 500, 000. 5001000. 500,000. 5001000. AUTOMOBILE Each Person Each Occurrence Each ,r LIABILITY rd n n rr . 300, 000. 500;, 000. 1(;0, 000. i Each occurrence UMBRELLA S LIABILITY S " Aggregate (whereepdicabiel ' Excess of Prlmaty Insurance or e S Retained Limit. REMARKS: PWO E988 Re, Furnish 69KU Outdoor Substation P. O. 26681 This CERTIFICATE' OF INSURAM E neither affirmatively nor negatively amends, extends or alters the coverage afforded by these policies. Sept. 1% 1975 mb ~~~l~ ,/~J /I~ lliam M. Killea Der•a _ _ Cv _ /%~~TE`FFA~1~pC'Y`L1 ~A~~lVIP•~NY- G>:MiRAL WNDITIONS OC-1• 0()WRACr DOGlRtifrs. It is understood and agreed that the Advertisem.Nnt, InstlvcfTolls a-BicTdors-,-proposal, Proposal.lrata, Contract Agreement, Perfomance Bond, General Conditions, General Requirements, Specifications, Plans, Addenda, and Change ange Orders, all as issued by tl.e Owner, and specifications and furn roved b the are each~lin g cludedi3in th siconttracttanndcthe work rshaand ll abo done in accordance therewith. GC-2. DEFINITIONS, Words, phrases, or other expressions used in these contract ocTcumc shall have meanings as follows: 1. "Contract" or "contract documents" shall include the items enumerated above under CON'T'RACT DOCXJI EWS , 2. "Ownor" shall mean the City of Denton, Texas named and designated in the Contract Agreement as "Party of the First Part acting through its Public Utilities Board and City Council and their duly authorized agents. All notices, letters, and othor conrmication directed to the Owner shall be addressed and delivered to himicipal Building, Denton, Texas. 3t "Contractor: shall mean the corporation company, or individual, named and designated in the Contract Agree- Mont as the "Party of the Second Part", who has enterod into this contract for the performance of the work covered thereby, and its, his, or their duly authorized representatives, 4. "Subcontractor" shall mean and refer only to a corporation, partnership, or individual having a direct contract with the Contractor for performing work covered by these contract documents. 5, "Date of contract", or equivalent words, shall mean the date written in the first paragraph of the Contract Agreement. 6. "Day" or "days", unless herein otherwise expressly dofined, shall mean a calendar day o:- days of twenty-four hours each. 7. '7ho work" shall mean the equipment, supplies, materials, labor, and services to be furnished under the contract and the carrying out of all duties and obligations inposed by the contract documents. OC-.l 8. "Plans" or "drawings" shall moan all (a) drawings furnished by the Amer as a basis for Proposals, (b) suM)1einentaty drawings furnished by,t4o Owner to clarify and to define in ater detail the intent of the contract plans and specifications, c3 drawings submitted by the successful bidder with the Proposal and by the Contractor to the Owner, as approved by the Ownor, and (d) drawings st.•bmitted by the O%,mer to the Contractor during the progress of the work as provided for heTain, 9. Whenever in those contract documents the words "rs ordered", "as directed", "as required" "as pCriitltted", "as allowed", or words or phrases of like import pro used, it shall he understood that the order, direction, requirement, permission, or allowance of the Owner is intended only to the extend pf judging compliance with the terms of the contract; none of these terms shall imply the After has any authority or responsibility for supervision of the Contractor's forces or construction operations, such supervision and the sole responsibility therefor being strictly reserved for the Contractor. 10, Similarly the words "approved", "reasonable", "suitable", "acceptable", proper", "satisfactory", or'words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in tho judgment of the Owner, to the extent provided in 119" above. 11. Whenever in these contract documents the expression "it is understood and agreed", or an expression of like import is used, such expression means the mutal understanding and agreement of the parties executing tho Contract Agreement. GC-3. VI?RBAi, STATE ENTS NOT BINDING. It is understood and agreed that the written terms and provisions ons o this agreoment shall supersede all verbal statements of representatives of the Owner and verbal statements shall not be effective or be construed as being a part of this contract, GC-A. STANDARD SPECIFICATIONS, Reference to standard specifications of any tee n ca SOc-i?ty,' organization, or association, or to codes of local or state authorities, shall mean the latest standard, code, specification, or tentative specification adopted and published at the date of taking bids, unless specifically stated otherwise. GC-2 r , GC-5. f;XIMION OF OONlT V DOC1ih11M. [bur (4) cop103 of the contract dacumcr1t`s rr ff -60-prtiparetl`Gy t to -Owner. Copies. of engineering data, requiredito e other in the fcntract shall beosupplied, which are All copies will be 'submitted to the Contractor and the Contractor shall execute the Contract Agreement, insert executed copies of the required bonds and pawor of attorney, and submit all copies to the Owner. The date of contract on the Contract Agreement and bond forms shall be left blank for filling ill by the Owner. The certification date on the power of attorney document shall be also left blank for filling in by the Mer. The Owner will execute all copies, insert the date of contract on the bonds and power of attorney, retain one copy, and forward one copy each, to the Contractor, and surety company. GC-6. SCOPE NATUR, AND INT'F. r 0I2 SPECIFICATIONS AND PLANS. IN specs- fications an p ans. are i' e to supp C I I ut not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been sot forth in both so that the work will be completed according to the complete design as doterrmined by the Owner. Should anything which is necessary for a clear understanding of the work be-omitted from the specifications and pplans, or should,it appear that various instructions are in conflict, the Contractor shall secure vtritten instructions from the Owner before proceeding with the work affected by such omissions or discrepancies, It is understood and agrcod that the work shall be porformed according to the true intent of the contract documents. GM APPROVAL. OF LNGINEERING DMA. Engineering data covering all equipment an a r Cate tmator a s to be furnished under this contract shall be submitted to the Owner for approval. Ibis-data shall include drawings and descriptive information in sufficient detail to show the kind, size, arrangement and operation of component materials and devices; the external connectfons, anchorages and supports required; performance characteristics; and dimensions needed for installation and correlation with other materials and equipment. No work shall be performed in connection with the fabricatioc. or manufacture of materials and equipment, nor shall any accessory or appurtk~nanco be purchased until the drawings and data thorefor have been approved, except at the Contractors own risk and responsibility. Four (4) copies of t.-di drawing and necessary data shall be submitted to the Owner. Each drawing or data shoot shall be clearly marked with the name of the project, the Contractor's name, and references to applicable specification paragraphs. When catalog pages are submitted, the applicable items shall be indicated. GC-3 e When the drawings and data are returned marked APPROVCD or RECE-1VED "OR IDIST111BL)TIOV, additional copies shall be submitted to the Owner. The number of additional copies will be determined by the Ownor will not exceed six (6), but When the drawings 'paid data are returned marked APPIMI;D AS NOTED, the i changes shall be made as noted thereon and corrected copies shall be submitted to the Owner. the nuarh r of corrected copies will be determined by the Owner but will not exceed eight (8), When the drawings and data are returned marked RLrMWED MR CORRECTION the corrections shall be made as noted thereon and as instructed by the Owner and four (4) corrected copies shall be submitted. The Mor's review of drawings and data submitted by the Contractor will cover only general conformity to the plans and specifications and the external connections and dimensions which affect thn plant arrangement. The Owner's approval of drawings returned marked APPROVED or APPROVED AS NOTED will not constitute a blanket approval of all dimensions, quantities, and'details of the material, equipment, device, or item shown and does not relieve the Contractor from any responsibility for errors or deviations from the contract requirements. All drawings and data, after final processing by the Owner, shall become apart of the contract documents and the work shown or described thereby shall be performed in conformity therewith unless otherwise required by the Owner. GC-8. LEGAL ADDRISS. The business address of the Contractor given in the Propose Is o_Rgy designated as the place to which all notices, letters, and other communication to the Contractor will be'mailed or delivered. The address of the Owner appearing on Page pC-1 is hereby designated as the place to which all notices, letters and other-communication to the owner shall be mailed or dolivered. Either party may charge the said address at any time by an instrument in writing dolivered to the other party, GC-9, PATWS• Royalties and fees 'for patents covering materials, art iclos, apparatus, devices, or equipment (as distinguished from processes) used in the work, shall be included in tho contract amount, The Contractor shall satisfy all demands that may be made at any time for such royalties and fees, and he shall be liablo for any damages or claims for patent infringements. 7ho Contractor shall, at his own cost and-expense, defend all suits or proceedings that may be instituted against the Owner for infringement or alleged infringment of any patents involved in the work P.nd, in case of an award of damages, the Contractor shall pay such award. Final payment to the Contractor by the owner will not ho made while any such suit or claim remains unsettled. The Contractor, however, will not he held liable for the defense of any suit or other proceeding, nor for the payment of any damages or other costs, for the infringement of airy patented process required by the contract documents; except if taut Contractor GC-4 7 :r 4 rx-;i„ has infoncltion that the precoss so required is an infringement of a patent, the Contractor shall be liable for any damages or claims in comuuection thorewith unless lie proirptly notifies the Owner of such infrinament. GC-10. Iti!)►TFINDNP 07NTRACMR. Ilia relation of the Contractor to the Owner sha11 c tthat o an fiieo`endent contractor. GC-11. M(114FTRING INSPECH ON. The Owner may appoint such inspectors as ho deems j)-rojieF, to nspect the work performed for compliance with the plaits and specifications, I'ho Contractor shall furnish all reasonable assistance r(:,Iulrcd by the inspectors for the proper inspection and examination of the work, The Contractor shall obey the directions and instructions of the inspector when they-are cunsistent with the obligations of this contract. Should the Contractor object to any order given by an inspector, the Contractor may make written appeal to tiro Owner for his decision$ Inspectors and other properly authorized representatives of the Owner shall be free at all times to perform their duties, and any attempted intimidation of one of them by the Contractor or his employees shall be sufficient reason to terminate the contract if the Owner so decides. Such inspection shall not relieve the Contractor from any obligation to perform the work strictly in accordance with the plans and sperif,cations. Work not so constructed shall be removed and replaced by the Contractor at his own expense. GC-12, NO WAIVER OF RIGrrS. Neither the Inspection by the Owner or i',s • of their c. 'a s,etrplo;ees, or agents, nor any order by the Owner for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the Owner, nor any extension of time, nor any possession taken by the Owner or its employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the Nner, or any right to damages herein provided, nor shall any waiver of any breach in this contract be held to be a waiver of any other or subsequent breach. CG-13, M)DIhICATIONS, The Contractor shall modify the work whenever so ordered b'y thoM erl and such modifiL.;M ons shall not affect the validity of the contract, tiodifications may involve Inc~ eases or decreases in the amount of the work for which an appropiiate contract price adjustment will be made. Except for minor changes or adjustments which involve no contract price adjustment or other monetary consideration all modifications shall be rmdo tinder the authority of duly executed change orders issued and signed by the Owicur and accepted and signed by the Contractor. OC-14, EXTRA WORK, If a modification increases the amount of the work, and the all a wor or any part thereof is of a type and character which can properly and fairly be classified under one or more unit Drico items of the proposal, then the added work or part thereof shall be paid for according to the nrnotutt acts:ally done and at the oppllcable utnit price or prices. Otherwise, such work shall be paid for as horeinafter provided. GC-S Claims for extra work will not be paid unless tho work covered by such claims was authorized in writing by the Owner and the Contractor shall not have the right to prosecute or maintain either an arbitration proceeding or an action in court to rec6vor for •axtra work unless his claim is based upon a written order from the Owner. Payments for extra work shall be based on agreed ltmv sums or agreed unit prices whenever the Owner and the Contractor agree upon such prices, before the extra work is started; otherwise payments for extra work shall be based on the actual direct cost of the work plus a percentage allowance. The percentage allowance shall include the Contractor's extra profit and extra overhead and unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (15t) of the total direct cost. For the purpose of determining whether proposed extra work will be authorized or for determining the payment method for extra work, the Contractor shall submit to the Owner, upon req»est, a detailed cost estimate for proposed extra work. The estimate shall show itemized quantities and charges for all elements of direct cost and a percentage allowance to cover extra profit and extra overhead. Unless otherwise agreed by the Contractor and the Owner, the percentage allowance shall be fifteen per cent (151) of the total direct. costs, oc-14,01. DE-QVMED WORK. If a modification decreases the amount of work to be done, su ecroao shall not constitute the basis for a claim for damages •or anticipated profits on work affected by such decrease. W1'.ere the value of omitted work is not covered by applicable unit prices, the Owner shall `determine `on an equitable basis the amount of (a) credit due,tho Owner for contract work not done as a result of an authorized change, (b) allowance to the Contractor for any actual loss incurred in connection with the purchaso, delivery and subsequent disposal of materials or equipment required for use on the work as planned and which could not be used in any part of the work as actually built, and (c) any other adjustment of the contract amount where the method to be used in making such adjustment is not clearly defined in the contract documents. GC-15. ARBITRATION. Before bringing any action to court decision o t e vner the objector (hereinafter referred to as pertaining A)oto the decision shall first offer to arbitrate the question with the other party to the contract (hereinafter referred to as Party B) by notifying him in writing and setting forth in such notice tho question to be arbitrated. Party B can elect to arbitrate or not, If Party B agrees to arbitrate he shall so advise Party A in writing within ten (10) days after recept of Party A's notice. Notice by Party B that he does not wish to arbitrate or failure of Party B to notify Party A within the ten (10) day period will give Party '1 the right to start action in court. If Party B agrees to arbitrate, Party A shall choose an arbitrator and shall notify Party B of the name of the arbitrator within ten (10) days after receipt of Party B's notice. Party B shall notify Party A in writing within ten (10) days after receipt of the said notice that the arbitrator named by Party A shall act as sole arbitrator, or shall name an additional arbitrator. If Party B names in additional arbitrator, then the arbitrator named by Party A and the arbitrator named 1)y Party B shall choose a third arbitrator. OC-G 71io arbitrator or arbitrators shall act with proitptness. 'In the case of three arbitrators, the decision of any two shall be binding on both parties to the contract, as shall that of a single arbitrator if the dispute is submitted thereto as heretofore provided. The decision of the arbitrator or arbitrators army be filed in court to carry it into effect, If they consider that the case so demands, the arbitrator er arbitrators are authorized to award the party whose contention is sustained such sum or sums as they may deem proper for the time, expense and trouble incident to the appeal, and if the appeal was taken without reasonable cause, they may award damages for any delay occasioned thereby, 7'he arbitrators shall receive reasonable compensation for their services. The arbitrators shall assess the costs and charges of the arbitration upon .either or both parties. Vie decision of the arbitrators must be made in writing, and shall not be open to objection on account of the form of proceedings or award. If for any reason after the said notices have been duly given by Party A and Party B, the arbitrators appointed shall be unable or shall fail to act with reasonable promptness i►i appointing a third arbitrator, Party'A (or, if he does not do so within a reasonable time, Party B) may request a judge of the United States District Court who regularly holds court in the district in which the site of the work, or any part thereof, is located, , to appoint tho'third arbitrator. If it appears to the judge that the two arbitrators originally appointed were un to or failed to act with reasonable promptness in appointing a third arbitrator, he may appoint the third arbitrator, and such appointment shall constitute a conclusive determination that the arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at the request of Party B, that Party A did not make such request within .a reasonable time. If for any reason after the arbitrator or arbitrators have been duly appointed, the arbitrator or arbitrators shall be unable or shall fail to act with reasonable promptness in reaching'a decision regarding the question submitted to arbitration, Party A (or, if he does not do so within a reasonable time, Pdrty B) may request a judggo of the United States District Court who regularly holds court hi the district in which the site of the work, or any part thereof, is located, to appoint three new arbitrators to act hereunder. If it appears to such judge that the arbitrator or arbitrators originally apppointed were unable or failed to act with reasonable pro mptness in reacting a decision regarding the question submitted to arbitration, he may appoint three new arbitrators to act hereunder, and such an appointment shall constitute a conclusive determination that the arbitrator or arbitrators originally appointed were so unable or failed to act with reasonable promptness and, if the said judge acted at request of Party B, that Party A did not make such request within a reasonable time. If for any reason a third arbitrator or three new arbitrators shall not be appointed byy a ud+e of the United States District Court under the circumstances horeinat'ove described, or if three new arbitrators are so appointed and are unable or fail to act with reasonable promptness in reaching a decision regarding the question submitted to arbitration, W-7 % then !ho arbitration procedure shall be doomed to have failed and the parties shall be free to assert their rights in the same nkinner as if they had not agreed to subiAlt the question to arbitration. If the above agreement to submit questions of dispute to arbitration is not enforceable under the law of applicable jurisdiction, each such question after it has arisen may by agreement of both parties ho reto be submitted to arbitration in the manner set forth above. The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement with the Owner. It is understood and agreed byy the parties to the contract that no requirement or statement herein sl►all be interpreted as curtailing the power of the Owner to,determino the amount, quality, and acceptability, of work and materials. ~L OC-16. RI(Itr OP DINER TO TERMINATE MNI'RACT. If the work to be crone under this contra,... is a rrmn one by the Contractor; or if this contract is assigned by hfm without the written consent of the Owner; or if the Contractor is adiudged bankrupt; or if a general assignment of his assets is mado for the benefit of his creditors; or if a receiver is appointed for the Contractor or any of,his property, that the Contractor is violatingg any of the conditions of this contract, or that he is executing the same in bad faith or otheriisb not in accordance with the terms of said contract; or if the work is not substantially completed within the time named for its completion or within the time to which such completion date, may be extended; then the Owner may serve written notice upon the Contractor and his surety of said Owner's intc:•.tion to terminate "this' contract, Unless within fIva (5) days after the. serving of such notice a satisfactory arrangement is made for continuance, this contract shall terminate. In the event of such termination, the surety shall have the right to take over and complete the work provided, that if the surety does not commence performance within thirty (30) days, the Owner may take over and prosocuto the work to completion, by contract or otherwise. The Contractor and his surety shall be liable to the Owner for all excess cost sustained by the Owner by reason of such prosecution and completion. The Owner may take possession of, and utilize in completing the work, all materials, equipment, tools, and plant on the site of the work. GC-17. SUSPENSION OF WDRK. 'ilia Owner reserves the right to suspend and reinstate exetuti`6 of-Tfic whole or any part of the work without invalidating the provisions of the contract. Orders for suspension or reinstatement of the work will be issued by the Owner to the Contractor in writing. I1ie time for co,n~lotion of the work will be extended for a period equal to the time., lost by reason of the suspension. Changes in Contractor's price or delivery schedules which occur during a period of suspension ordered by the awner shall not affect this contract creep: as'agrocd by the Owner and the Contractor, If the Contractor proposes to apply such Changes to-this contract, he shall present his ;proposal 'to the Owncr in writing. During the 30 day period from and after tho recoipt by the Owner of such written proposal, the Ouner shall be permitted to reinstate the work without change. If tho work is not CC-8 reinstated during this 30 day period, the Owner and the Contractor shall ague upon reasonable and proper changes or the Omer m;iy cancel the unshipped portion of the work. Changes in delivery schedule shall mean extension of the scheduled time of delivery beyond the number of days of the suspension period. I GC-18. DM AYED SHIPMENT. The Owner reserves the right to order the Contractor o`~`c'iTy ssnTipinent of equipment and materials herein contracted. In the event such a delay is ordered by the Owner in writing, the asner will pay the Contractor reasonable and proper extra charges incurred by the Contractor as a result of the delay. Such extra charges shall include storage charges, handling charges, insurance, interest on investment, and transportation charges to the storage facility, GC-19, CANCE-11ATION OF hDRK. The Owner reserves the right to cancel the tmshippe portion o t e nrork, In the event of cancellation, the Owner will pay the Contractor reasonable and propr cancellation charges. OC-20. LAWS AND ORDINANCES. The Contractor shall observe and comply with all o inances, !aws, and regulations, and shall protect and indemnify the Owner and the Owners officers and agents against any claim or liability arising from or based on any violation of the same, All pormits and licenses required in the prosecution of the work shall be obtained and paid for by the Contractor, GC-21, HINDRANCES AND DELAYS. In executing the Contract Agreement, the Contractor axp ressly covenants that, in undertaking to complete the work within tho time therein fixed, lie has taken into consideration and made allowances for all hindrances and delays-incident to the work. No claim shall be mado by the Contractor for hindrances or delays from any cause duringg ttho progress of the work, except as-provided in the paragraph do I'SUSPFNSIOP2 OF WORK", , GC-22. EXTENSIONS On TIM. Should the Contractor be delayed in the final complet on o-€`t~ie wo~)rc by strikes, fire, or other cause beyond the control of the Contractor and which, in the opinion of the Omer, could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay, shall be granted by the Omer; rovided that tho Contractor shall give the Owner prompt notice in writing of tie cause of delay in each case and shall demonstrate that he has used all reasonable means to minimize the delay. Extensions of time will not be granted for delays caused by tmfaverable weather, inadequate working force, or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to insure delivery when needed, GC-23. Al ERJAJS AND Eqg IPMMT. lhnloss specifically provided other- wise in ea n case, a m.7 erials and equipment furnished for permanent installation in the work shall conform to applicable standard specifications and shall be now, unused, and undamaged when installed or otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified, unless such use is specifically authorized by the Owner in each case. GC-9 i . GC-24, M11RAMT'13'. Ilia Contractor guarantees that the material and cquiPmont-707.1 ci ontracted will be as specified and will Ise free from defects in design, workmanship and materials. If within the guarantee period the material or equipment fails to meet the provisions of this g«arantee, the Contractor shall promptly correct any defects, including nonconformance with the specifications, by adjustment, repair or replacement of all defective parts or materials. Unless otherwise specified, the guarantee period shall be~in on the date of final payment or the date of initial operation, wI'ichever is later, and the guarantee period shall end 12 months later. If manufacturer's field supervisors are included in tho contract, such supervision shall be fund shed by the Contractor without cost for the correction of any defects. The Contractor will be given an opportunity to confirm the existence of the defect but he shall not delay the correction while making such determination. The Contractor shall CAtend the provisions of this guarantee to cover all repaired and replacement parts furnished under tho guarantee pro- visions for a period of one year from the date of their installation. If "Ittlin ten days after the Amer gives the Contractor notice of a dofect, the Contractor neglects to make, or undertako with due diligence to make,' the necessary corrections, the amok is hereby auithorized to make the corrections himself, or order the work to be done'by a third party, and the cost of tho corrections shall be paid by the Contractor. In the event of ari emergency whore in the judgment of the Owner tho dolay resulting from giving formal notice would cause serious loss or damage which could be provented by immediate action, defects may be corrected by the Owner, or a third party chosen by the Owner without giving prior notice to tho Contractor and the cost of the corrections shall be paid by the Contractor. In the even such action is taken by the Amer, the Contractor will be notified promptly and shall assist wherever possible in making the necessary corrections. GC-25. CLADS rOR LABOR AND MATERIALS. The Contractor shall indemnify and save arm ass t o mar rom a c aims for labor and materials furnished under this contract. Tine Contractor shall submit satisfactory evidence that all- {persons, firms, or corporations who have done ivork or furnished materials under this contract, for which the Owner may become liable under the laws of the state, have been fully paid or satisfactorily secured. In case such evidence is not furnished or is not satisfactory, an amount shall bo retained from moneys duo the Contractor which, in addition to any othor sruru that may be retained, will be sufeicient in the opinion of tho (Mnner, to meet all claims of the persons, firms and corporations as aforesaid. Such sum or sums shall be retained until the liabilities as aforesaid are fully discharged or satisfactorily secured. OC-26. RELEAS E OE' LIABILITY. Ilia acceptance by the Contractor of the OC-10 1 last payn>rnt shall be a release to the Omer and every officer and agent thereof rom all claims and liability hereiaider for rurything done or furnished in connection with the work; or. for any act or neglect of the Owner or of any person relating to or affecting the work, CC-27. UEIFNSE OF SUIT'S. Tn case any action in court is brouiht against the Owner or any o?icr or agent of either of them, for the falurc omission or neglect of the Contractor to perform any of the covenants, acts, matters or things by this contract undertaken; or for injury or darnago caused by the alleged negligence of the Contractor or his agents; the Contractor shall inderaiify and save harmless the Nmer and their officers and agents from all losses, damages, costs, expenses, judgments, or decrees whatever arising out of such action, W-28. INSURANCE, The Contractor shall secure and maintain insurFance of the typos r+nc~in the amounts necessary to protect himself and tlro interests of the Owner against all hazards or risks of loss as herein- after specified, fare form and limits of the insurance, together with the underwriter thereof in each case, shall be approved by the Owner but, regardless of such approval, it shall be the responsibility of the Contractor to maintain adequate insurance coverage. Failure of the Contractor to maintain adequate coverage shall not relieve him of any contractual responsibility or obligation. Por insurance purposes, the title of ownership of ecu and shall remain with the Contractor until the Owner recoilvosnsu hequipmilts and materials at the job site. If the Contractor does not furnish supervision of erection or testing of the equipment, the workmen's compensation, comprehensive automobile liability and comprehensive general liability insurance specified herein may be omitted. The Contractor shall submit a co of the transportation insurance policy to the Owner at least thirty (30vdays before the scheduled shipping date. The policy shall quote the insuring agreeing and all exclusions, Tho Contractor shall submit a certificate for each of the othor insurance policies to the Owner not less than thirty (30) days prior to the date the manufacturer's supervisor or supervisors are expected to arrive at the job site. Each certificate shall stato that ten (10) days written notice will be given the Owner before any policy covered thereby is hanged or canceled. W-28.01. Workmen's Co ensation and P.mployer's Liability, Workmen's ccrnpensation nn emp oyer s raR1 1ty insurance s a }1 otect the Contractor against all claims under applicable state workmen's compensation laws and against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of the applicable workmen's compensation law. This workmen's compensation and employer's liability insurance policy shall include an "all states" endorsement. CC-11 The liability limits shall. not be less than the following: Workmen's compensation Statutory Employer's liability $100,000 each person GC-28.02. Comprehensive Automobile Liability. This insurance shall be written in courq)rc ensive fotmand all protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles, and shall cover the operation on or off the site of the work of all motor vehicles licensed for highway uso,,whether they are owne3, nonowncd, or hired. The liability limits shall not be less than the following: Bodily injury $250,000 each person $500,000 each occurrence Property damage $100,000 each occurrence GC-28.03. Comprehensive General Liab U ity. This insurance shall be written in comprehensive ve form` antic s a71' protect the Contractor against all claias arising from injuries to members of the public or damage to proppeorty of others arising out of any act or omission of the Contractor or his agents, employees, or subcontractors. In addition, this policy shall specifically insure the contractual liability assumed by the Contractor under the foregoing paragraph entitled "Defense of Suits". The liability limits shall not be less than the following: Bodily injury $2S0,000 bach person $500,000 each occurrence Property damage 500•,000 eaOi occurrencb 1500,000 aggregate GC-28.04. Transportation, This insurance stall be of1the, "all risks" typo and shall protec •}a Contractor and the Nmer from all insurable risks of physical loss or damage to equilm--nt end materials in transit to the job site Fuld taitil the Amer receives th- equipment and materials at the job site. 'Ilia coverage amount shall be not less than the, full amount of the contract. Transportation insurance shall provide for losses to be payable to the Contractor and the caner as their interests may rppear, GC-29. GSCIMMIS AND PAY)~ -Ma Pay~ncnts will be made each, month in the amount o ninety der ccnt of'tlle estimated value of the equipment and materials delivered at the job site during the previous calendar month, providing the shipments were reasonable coiTipleto'and integral units of equipmvnt or reasonable complete lots of materials. W-12 r After official approval and acceptance of the work by the Owner, the arnor will, within thirty (30) days thereafter, pay the entire sum found to be duo after deducting all amounts to be retained under any provision of this contract. GC-30.. TAXES P1iWTS AND LI( ME-S, Unless otherwise specifics) in these contract documents, Contractor'Tall pay all sales, use, excise, and other taxes that are lawfully assessed against the Owner or Contractor in connection with the work tinder this contract and shall obtain and pay for all licenses and permits required for the work, Ito Contractor will be compensated for any increase in tax rates, license fees, and permit fees or any new taxes, licenses, or permits imposed after the date of tho Proposal; provided howevor, that this provision shall be limited to sales, use, and excise taxes assessed against the completed work and to licenses and permits required specifically for the proposed work, i M-13 - 7"T r7-7 F PAM' I - (TA17RAL RrjQUIR13GiNfS CON11M Pages Section lA - SCOP1; OF 1111: IVOItX IA-I thru IA-4 IA.I Gone raI 1A.2 Work Included in this Contract IA-2 1A,3 r1-sccllaneous Materials and Services IA-2 1A.4 I''ork Not Included in this Contract IA-2 1A.5 Sdiedule IA-~ 1A,6 Contractor's Services IA- A-~ Sect:eon 18 - UNW,J, EQUIPWNT SPECIFICATIONS 111-1 thin 1B-4 113.1 General 18.2 Specifications and Standards 1B-1 1B.3 U.S. Materials 111-1 IB,4 Component Parts 1B-1 1B.5 Identification 1B-1 1B.6 Manufacturer's Instructions and Parts Lists IB-1 M7 Shipping Notirn 1B-1 111,8 Factory Asserldy 1B-2 18.) Shop Coating 1B-Z IB.10 Protection IB-2 1B,11 Correction of Manufacturing Errors 183 2 18.12 Control Paver 111-3 -IB.13 Racefvay 1B-3 1R. 14 Wiring 1B-3 18.15 Shippping Requirements 1B-3 'typical Equipment Instruction Book Cover 18-4 Section 1C - ENGINMERING DATA 1C-1 1C.1 General 1C-1 1C-2 Correspondence 1C-1 1C.3 Drawings 1C-1 1C.4 Sc11edUlos lC-1 IA-] Y'$ection IA - SCOPE OFIM WORK IA.1 GMFRAlj'. This section covers the g,ral description, scope of work, and WPlem--ntary requircmnts for cVuipmnt, materials, and services included in this contract, 1A.2 1,K)RK INCI,UUIM III THIS CONrPACT. line work tinder this Contract shall inclu<3e fuEls fiinc3 Of Ue' spoof ficd materiais and equipment; providing engineering data, accessories, and field services as stipulated herein; and in accordance with the contract docanents, chfined in Article GC-1 of the lINMAL OONDIWONS. The Cbntractor sha.11 furnish acid deliver fob, Danton, Texas, the following electrical equipwnt oonplete with accessories as specified in Part 2- DETATIM SPECIFICATIONS. QUAN M DFSMP'rION 1 set Metal-Clad Switchgear 20 feet Metal enclosed bus duct 1 set Battery and charger As required Steel Structures Disconnect Switches As Requred Insuletors 6 Lightning Arresters 6 Potential-Devioss As Required Bus As Pr wired Grounding Material Tran:.pottatfon insurance shall be carried by the Contractor in accordance with the COMM CONDITIONS. All risk of loss including damag(; during shipment shall, refrain with the Oontractor imtil delivery at Denta:, Texas, The Contractor shall provide drawings and engimering data, manufacturer's field services, tools, instruction manuals, 'and miscellaneous materials and services as st ecified herein, 111.3 MISCELTMMU6 MATERIALS AND SERVICES. The following miscellaneous materials anT"serices not of erwlie spec fically called for shall be furnished by the Contractor. All bolts and gaskets between parts furnished by the Contractor All piping integral to or between any egd1imnt furnished by the Contractor except as otherwise specified All necessary instrtumnt and parer and control wiring and raceways integral to any equilimnt furnished the Contractor. This shall include tenninal blocks and internal wiring to these terminal blocks for equipmmnt requiring external conditions Drawings, prints, information, instna-;tions, and other data for use of the Owner's installation contractor L1.4 WORK NOP INCT,IDFD TN T11IS OCNrRACF. Miscellaneous materials and services furnisho&[;~ the- CX,rner s trail 3 follara; 111-2 a L. M . Unloading field installation of all equipment Foundations and sleeves Lubric,ints Operating pexsoruhel for startup and tests Permanents electric wiring to connect the equipn,~nt terminal boxes to the si )station electrical sys.-m. IA•5 f1I DW- . The shipmnt of equi.pmnt for a substation to City of Denton, Texas, Munl'clp >;Ieatric System shall be conpleted in 'Live to assure arrival of all oonpahents on the job site in accordance with the following schedule: SECTION Descricn I~T'E 6fit"Out 56 r Bus 2A Mi3tal Clad Switchgear 36 2B Metal enclosed bud duct 3/1/76 2C Battery and Charger 3/1/76 2D Steel Structures 3/1/76 2E Disoonnect Switches 31/76 2F Insulators 3/1/76 20 LighbAng Arr+estern 3/1/76 2N Potential Devices 3/1/76 2J Bus 3/1/76 2K Grounding Material 3/1/76 Within 30 days after the purchase agreement the Contractor shall submit to the Owner a production schedule for all major equipment and components. This schedule shall be corxtcted and resubmitted quarterly until all equipment has been shipped. k Drawings and engineering data shall be submitted in accordance with the schedule specified in Section 1C. 1A.6 OWMACWR`S SERVICES. The services called for in WORK INCLUDED IN Tms Owmcr s accordance with the follawing, 1.A.6.1 SuUrmittal of Eh ineerinr Data. Drawings and engineering data for the specified mate it equ;;mnt are essential to the design and subsegLvrit construction of the substation. Tho Contractor will be required to submit drawings and engineering data in accordance with the schedule, specified under Section lC-FMRR11UG UATAj to assure corpliance with the overall oonstructicm and operating sdhcclule. Failure of the Contractor to submit drawings and engineering data on or before the dates specified shall be considered a breach of contract and reason for termination of contract if theCity of Denton, Texas, so desire. 1A.6.2 Manufacturer's Field Services The Contractor shall provide the servioca of a manufacturer's field representative.. T-e service representative shall be technically eorpetent, a direct employes of tho manufacturer, factor traiird, experienood in the installation and operation of tho specified equipment and authorized by the manufacturer to perform the wont stipulated, The service representative shall provide technical direction and assistance for the unloading anti installation of the equip rent arrd shall inspect thro eqW pmnt afteh* installation; assist the imior's operating personnel in proper opx-ratiny aml mci.ntrnmicu p,rcoa_clurrs; mxl perform o'her duties mquirccl to obta;n pirlx--r. .installaticni tuid w.:sirc Swo^r;sful operation of thr: ecf~ipr;rnt, IA-3 1A.6.3 instruction Manuals The Oontractor shall furnish 6 oomplete and final copies of strut ti mvlt~aTs not later than 30 clays prior to shipTent of the equipmnt. The instruction mmuals shall cover ompleto installatiai, operating and mxintenanoc instructions, and driwings and parts lists for each item of equipm-nt furnished. One cc,7y shall be sent to the miner and upon approval thereof, the remaining 5 copies shall he delivered to the Owner. The instruction miuals shall be in accordance with th+: requirements stipulated in Section 1B. t 1 ]A-4 Section 1B - (7iNfiIM EQUIi'ArNf SPECIFICll'IONS 1B,1 GCMiRAL. These General F,quipment Specifications apply to all ecEuipmen't:-MiCy shall supplement the detailed equipment specifications but in case of conflict the detailed equipment specifications shall govt,,M. I 18,2 SPECIE'-ICVfIONS AND SMNDARIS, The specifications, codes, and standards reference in tTiese sPQ fr '+c tro~ns (including addenda, anMidments, and errat:1) shall govern in all cases where references thereto are rude. In cruse of conflict between the referenced specifications, codes, or standards and this specification, these specifications shall govern to the extent of such difference. 18,3 U.S. MATERIALS. Equipment and accessories furnished shall be from a reputable nuarru acturer currently engaged in production of such material within the U,rited States of America. To the extend possible, materials and equipment (including components thoireof) furnished under those specifications shall be produced, processed, manufactured, and assembled within the United States of America. All material and equipment which mast necessarily be of foreign manufacture shall be clearly designated in the Proposal in the space provided for deviations and exceptions. 1B.4 CAbMFM PART'S, Individual parts shall be manufactured to star.lard sizes ancHgauges Sat repair parts, furnished at any time, can be installed in the field. Like parts of duplicable units shall be interchangeable, Dquipment shall not have been in service at any time prior to delivery, except as required by tests. 1133 JI)WIFICATION. All correspondence, shipping notices, shop drawings, Spec! fica ons, e g Bring data, and other documents Pertaining to the equipment dnd materials furnished under these specifications SIMI be identified by the. Owner's name, specification number, and the name of the item of equipment or material. 1B,6 MM UFACIW-'R's INSTRUCTIONS AND PARTS LISTS. The instruction manuals require Tin ect on sra include specs scat ons,,drawings, and description of equipment; installation instructions; operating instructions; parts lists; and where applicable, test data and curves, Nbiluais shall be assembled and bound in Buchan Type ORE, (old style) binders covered with pyroxylin impregnated buckram covers, manufactured by Buchan Loose Leaf Records Co,, Clifton E160ats, Peru)sylvania. Binder shall not be greater than 3 112 inches thick and shall be adjustable to permit secure compact binding, Each binder cover shall be stamped with the proper identi- fication as shown at the end of this section. A proof of the Jettering for each cover shall be submitted for the Owner's approval before the manuals are assembled and submitted. Whore applicable the information contained in the manual shall Include a list of reconmended spare parts with Oe price of each such item, and the schedule of required lubricants as recommended by the manufacturer, 'Elie data shall also include all nameplate information and strop order numbers for each item of equipment and conq)onent part thereof. liI-1 9110 instruction manuals shall•contain a table of contents and section dividers 1•lit)t index tabs for case of refvranc0. 1B•7 ShcIPPING WTICE, The Contractor shall submit ts%,o copies of a shipping; notice cscri).ing each shipment of material or equipment. 7lre shipping natic0 s11e11 be ukailcd to arrive approximately 7 days alrcad of the estimated shipmelit arrital, IB.8 FACICIRY ASSM%iJsl,1', f uiemmcnt sh. asscmblcT~ss spc ivied othrwise orlunlr li esstle~OdrdrysPicalOSize~ctory arr,utgrment1 or confil;uratforl of the equiprnant, or s"ll,ping and handling limitations, make the shipment of completely assembled equipment 1431'acticablo, ill which case the equipment shall be asserbled and shipped as stated in the Contractor's Proposal. All accessory items shall be shipped with the equipment. Boxes and crates containing accessory items shall be marked so that they are identified with the main equipment. The contents of the boxes and crates shall also be indicated, 113.9 SHOP COATING. Steel and iron surfaces shall be protected b sui paint or coat ngs applied in the shop, Surfaces which will be inaccessible after assembly shall be protected for the life of the u table shall be cleaned and prepared in the sho caU1Pnt. Surfaces other coating's shall bo removed, p' All mill scale, oxides, and Exposed surfaces shall be finished smooth, thorou 1 as necessary to provide a smooth uniform base for painting and' and filled with one or more coats or primer and two or more finish coats of alkyd resin machinery enamel u,. lacquer as g and painted durable finish. Unless specified oth nRise,dthto smooth e colorcofathee ffinishrd coats shall be No. 510 enamel, Denton Green Incorporated, Industrial Sales Department, P.O. Box 36168, Houston,kTexas 77036. c Two gallons of touch-up paint and one gallon of finish paint used on the electrical equipment enclosures shall be furnished. Shop primer for other steel and iron suraces shall be Inertol '1621 ~Rustinhibitive Primer", rbbil "I.3-R-50 Cbromox OD Primer", or Tnemcc 77 ChOmPrime" unless ot:hen,rise specified. Hirh'ned, polished, and nonferrous surfaces which should not be painted shall be coated with rust preventive compotind, Dearborn Chemical "No -Ox-ld 2W", Boughton "Bast Veto 344", or Rlist-Olcum "R-911, IB.10 PROTECTION. All equipment shall be boxed, crated, or otherwise suitably Protcctc during shipment, handling, and storage. having antifriction or sleeve bearings shall be protected byrweather. tidit enclosures. Coated surfaces shall be protected against impact, abrasion, discolora and other damage. Surfaces which are damaged during shipping shall be tion' repaired by the 'Contractor. ]B-2 i Returnable containers and special shipping devices shall be retur'e~ by the nkvrufacturer's field representative at the Contractor's exi)cnse. IB-11 COlt12 THON 01' 41M PAMIMINC ERRORS. Equipment tuid materials shall be complete rn a respects` wiiliiii the emits herein outlined. All rvm u- facturing errors or omissions required to be corrected in the field shall be done by the Contractor or his duly authorized representative. 111.12 CONTROL MIV17R. Electrical pottier for control ,Ind instrumentation will be a- nomin-;j-j'-2YO'/120 volt, single phase, 60 hertz, alternating curre:it, or a nominal 125 Molt direct current. The Contractor shall provide any devices required for proper operation and protection of the equipment during electrical power supply fluctuations described in the following paragraphs. All direct current electrical devices shall be designed for continfous operation-on an ungrounded station battery which will float on trickle charge at 129 volts. The Contractor shall guarantee satisfactory operation when the equipment is continuously energized at any voltage from 100 to 140 volts direct current, with a.mbiert temperatures as specified. Electrical devices served from this supply shall not impose any ground connections on it. All alternating current devices shall, unless other specified, be designed fbr operation on a, nominal 240/120 volt, 60 Hertz, sin lo phase, alternating current system. The Contractor shall guarantee satisfactory operation when the equipment is continuously energized at any voltage from 2101105 to 260/130 volts alternating current. All alternating current and direct current devices shall be guaranteed to operated satisfactorily under voltage conditions specified in the above paragraphs and *at 50 C ambient temperature. 113,13 RACEIVAY, Unless specified otherwise, all raceway interconnections between evcT-ic s, panels, boxes, and fittings 'shall conform to USAS C80.1 and UL 6. All conduit connections shall be of the threaded type. 18,14 WIRING. Unless otherwise specified, all electrical conductors shall be Class`B stranded capper 14 AWG or larger. panel wiring shall have thermo- setting Type SIS insulation rated 600 volts, designed for maximum. conductor topperature of 90 C. Conductor insulation for other wiring shall be cross-linked polyethylene according to IPCFA S-66-524 Interim Standard No. 2 except Type AVA shall be used where amMent, conditions cause conductor operating temperatures to exceed 90 C. Eletallic sheathed conductors arc not acceptable. Preinsulated wiring terminals with metal reinforced slec,ves shall be provided on all conductor terminals. Terminals blocks shall be provided for conductors requiring connection to circuits external to the specified equipment, for into nral circuits crossing shipping splits, and where equipment parts replacement and maintenance will be facilitated. Each terminal block, conductor, device, fuse block, and terminal shall be permanently labeled to conincide with the identification shoini on tine drawings. Conductors shall bo identified by legible markings on device terminals, printing on the conductor jacket or wiring shove, or by other means approved by the Amer. Terminal and conductor identification shall be by a permanent method unaffected by heat, solvents, or steam, and not easily dislodged, l Il-3 -o k 7-7 -7 ,L Preferably by means of metri slaeves or printing on the wire jacket. Miesive labels are not acceptvble. lq-4 v~ w ,'r s J 1 a • ~1. J o. • 1 'A. .Am -n m. w+~wr CITY OF DENTON, TEXAS F.- z w CL 7 O W U. INSTRUCTION BOOK FOR z NAME OF EQUIPMENT z 0 F CD Z co W s MANUFACTURERS NAME 0 3 MANUFACTURERS ADDRESS (L v DESIGNED By REVtsICNS rRAWN DEPARTMENT OF PUBLIC UTILITIES TYPICAL INSTRUCTION BOCK ,~w e NO. By Cart CITY OF DENTON. TEXAS - 1il~llEf'~ M Y 5 77 Section IC HNIGINETRING DATA 1C.1 {JNERAI.. 'I'bis section covers manufacturer's drawings and - o other enginecr1ng atn A ich the Contractor shall submit to the Utinr for design information or approval. 1C.2 CORRISMNDIi cE.. Correspondence forwarding drawings and other engineori g data Wali be addressed as follows: Original and one copy to the Ovaer, Attention: Mr. r..B. TulloI Utilities Fngiker 1C-3 DRAWINCS. Reproducible mylar transparencies of all manufacturer's drawings o structure erection, anchor bolt, plan and elevation shall be furnished. The transparencies shall include all field changes and modifi- cations made prior to final acceptance. When changes in the equipment are made in the. field to correct shop con- struction errors or to adapt the equipment to the Owner's requirements, the Contractor shall prepare and submit eight copies of record drawings to the Oi,ttor to show the equipment as finally installed in the avner's substations. 1CA SCUL'DUI,ES, All outline drawings, one-line diagrams, control schema-1c iagrams for operating mechanisms, and other drawings which show details required by the Owner for design of st nictures and wiring associated with the installation of the equipment sha11 be submitted within 30 calendar days after award of contract. All instruction manuals shall be submitted not 'later than 15 days prior to shipment of the equipment. PART 2 - DIs"1'/1ILPD SPECiFI('.ATIONS C~YfiYf5 . . Section 2A - METAL CIAD 91MIGI-AR 2A-1 tl uv 01rus ~ 2A-12 2A.1 Genei,al 2A-1 2A.2 Codes mid Standards IA-1 2A.3 General Requirements 2A-1 2A.4 Arr-aigemont 2A-1 2A.5 Switchgcar Enclosures 2A-1 2A. 5.1 Nameplates 2A-1 2A.6 Power Circuit breakers 2A-2 2A,7 Power and Control Conductors 2A-3 2A.8 Coles ections 2A-5 2A.9 Inst nunents 6 Devices 2A-5 2A. 10 instrument Transformers 2A-6 2A. 11 Equipment &nd Material required 2A-6 2A. 12 Accessor;es 2A-11 2A.13 Painting 2A-12 2A.14 Supervisory Control 2A-12 2A.15 Mimic Bus 2A-12 2A.16 Factory Tests 2A-12 Switchgear Arrangement 2A-13 HIOWntary diagrams Trarsformor breaker 2A-14 Feeder breaker 2A-15 13.2 KV bus tie breaker 2A-16 69 KV breaker 2A-17 69 KV bus tie breaker 2A-18 Section 2B - WFAL ENCLOSED BUS DUCT 2B-1 thru 28-3 28.1 General 28-1 28.2 Codes and Standards 28=1 2B.3 Equipment Required 28-1 2B.4 Details of Construction 2g-1 2B.5 Preassoubled cable bus duct 2B-2 Bus Duct arrangement 2B-; Section 2C - RNMERY AND CIIARGP.R 2C-1 thm* 2C-2 2C.1 General 2C-1 2C.2 Battery Design 2C-1 2C.3 Battery Capacity 2C-l 2C.4 2C.5 Battery Type 2C_1 Battery Accessories 2C-1 2C.6 Battery Life Expectancy 2C-1 2C.7 Battery Marger 2C-2 i f i., ay ,•ph Section 2D - SLMSTATION u11;EL R11RUGTUI-TS Pa s 2DI 2D4 2D.1 General 2D.2 coa>s & stand,,tds 2D-1 2D.3 Drawin~3s and Calculaticns 2D-1 2_d.3.1 nasis of Desi(jn 2D-1 2D.4 K-jteri.als 2D2,2 2D.4.1 Field a=ection Bolts 2D-2 2D.5 Fabrication 2D-2 2D.6 constiuction Details 2D213 2D.7 Dead end strucL-uzes 2D-314 2Dr8 Shield Wires 2D-4 2D-4 Section 2E - Disconnect Switches 2E-1 thru 2E-2 . 2E.1 General 2E.2 Codes and standards 2E-1 2E.3 Equipment Required 2E-1 2E.4 Details of Construction 2E-1 2E A .1 Insulators 2E-1 2E.4,2 Switch Terminals 2E-1 2E.4.3 Operating Mechanisms 2E-112 Section 2F - Insulators 2F-1 thru 2F-2 2F,1 General 2F-1 2f.2 (odes and Standards 2F-1 2F.3 Design Requirenents 2F-1 2F3.1 Station Post Insulators 2F-1 2F.3.2 Suspension Insulators 2F.4 Insulators Required 2F-1,2 2F-2 Section 2 G Lightning Arnsters 7.G-1 . 2G.1 General 2G-1 2G.2 Codes and Standards 2G-1 2G.3 Rating 2G-1 2G.4 Equipnunt 1.`°quired 2G-l Sec'cicn 211 - Coupling Capacitor Potential Devices 211-1 211.1 General and Nunber 211-1 211.2 Codes and stant.3a ds 211-1 211.3 Ratings 211-1 2N.4 Material 213-1 Section 2J Rigid Bus, 13us Fitting and Jumpers 2J-1 2J. General ~J.2 Codes and Standards 2,7-1 2,1.3 Material lbequired 2J-1 2J. 3.1 Bus 2j-1 2,7.3.2 Bus Fittings 2J-1 2J . 3.3 Jumpers 23 -1 2J • 3.4 OH7)er Ptamished Material 2j -1 2j-1 1 T. -t Section 2K - Grounding Mterial 2K.1 2K-1 General 2K.2 cbc3rs Evu3 StandarOn 2K-1 2K, 3 Material I+cquitd 2K-1 2K.4 Material Rmlished by 04vr 2K-1 SubstaLICR1 Ono Line Diagrim p 2K-1 Venoe, Plot Plan and Grnundi RK149-21 G,neralized Profiles Dwg, 149 23 - 143-`2 Flenoe Grourxling Details Dwg. 149-24 J s Section 2A - kdirAi. - CLAD SWIMIGIM 2A,i GrMItAL. Those specifications cover die, des.tgn, manufacturin?, testing and furnishing of 13,200 volts, indoor, heavy - duty metal - clad switchgear for use in a substation. 2A.2 CODES AND STPUNDARDS. All switchgear and switchgear components shall be -des igneUan ricated to zonform to the requirements of applicable IEM, NrM and PNSI standards. 2A.3 GENERAL RF Uf1 IRF-WrS. The switchgear shall be designed and fabricated complete with all access ra ies for use on a 13,200 volts, 3 phase, 4 wire, 60 hertz system. Power for the electric. operation of the breakers shall be supplied from a 125 volts D.C. statism battery which shall be supplied as ir. part 2C of these specification Provisions shall be made so that the switchgear can be extended to include additional units in the future. 2A.4 ARRANM.V.Wr. The switchgear shall consist of the following numbered units as"' s -m bo3ow. If rearrangement is required, a new layout will be given to anJ coordinated with the Contractor. The omits shall be nuunbered from right to left when facing the instrument side of the switchgear. Unit O1 TSransformei unit 12 Auxiliary Unit N3, 04, 85 Feeders Unit 06 Bus Tie Attached Stith this specifications section, there is a.layout sheet (P.M-13) describing th© preferred arrangement of the controls, instrumentL and the relays in the front panels. badi£ications of this arrangement shall require Owner's approval. 2A.5 SW?.TUIGEAR MCLOSURIS. Metal - clad switchgear enclosures as specified shall be indoor general puipose type in accordance with ANS C37.20. The breakers shall be removable from the front. Grounded removable steel barriers rhall be provided between the instrument panels and the cable and current transformer compartments. Lash switchgear compartment shall viclude a full height, hinged front door designed for utse as a panel for the mounting of instrum..lts, moters, relays, switches, indicating lights and'other specified devices. Concealed hang: construction s'iall be used. No hinge shall be visible from the outside when the doors are closed. 2A5.1 WEPLA113. Engraved ntunoplates shall be furnished, for each item or the front of each switZli-j6ar unit. Ilie nameptlntfs shall ')a made of laminated black and whita lastic with the black on the outside. Tiuc lettering shall be not less than inch square, bold, engraved througlu the black outside layer so that the letteus appears white. Nameplate engraving will be determined later. 2A-1 . !L 77y 3J l 2A 6 MVRR CIRCUIT 13RrAKERS, drawout`a'erx an sha I`~ rntedhonpthe s "TiotrL breakers shall be of standard to ANSI C37;06 and the following Metrical current basis according M Nominal 3 phase capacity Rated maximum voltage 500 Diva Rated insulation level 15 Kv Ow frequency Impulse crest 36 Kv Ratted current 95 Kv Continuous Short circuit t rated max kv; 1200 Beres Rated interrupting time (60 cycle 18,000 amperes basis) Rated per7nissiblo tri , ing det,. 5 cycles or less Required capabilitieslp y 2 seconds Alaximum interrupting Short time (3 second) 23,000 amperes Closing and latching 23000 amperes 37,000 ampores Each power circuit breaker shall be a 3 complete with all equipment on a drawortptleYpec scarriamagethrow unit furnished . The breaker operating mechanism sliall ke mechanically and electricaYl with stored energy Operating mochanism vsin a d-c 8 motor and (1-c trip coin, Bach breaker shall be furnished with a sufficio:., nvmbor of auxiliary contacts and auxiliary switch contacts to Int for proper opperation of the equipment. Not 10.4 ethnn foursspare £our s am "b" rY in~eroaks auxiliary contacts shall be furnished on each breaker. In add tion, stationary switchgear housing ►DVtmted auxiliary switches less than y spare play tahe brew es mechanism shall be provided with not ]FIve five are Off! Co. All switch contacts shall be wired to tenrrdnalbblockstforsuse withrcontrol circuits where needed, The circuit breakers shall be capable of cam current continuously without exceeding the temperaturerriseeas specified in the latest IEEE and 1VI.,2~iA standards, The circuit breaker insulation shall be coordinated with that of the switchgear structure, no breaker main contact surfaces shall be silver-to-silver and the materials of which the contacts are composed shall be suitable for the particular sorvico for which it is used; the arcing contacts shall be designed to resist burning and deterioration, Some suitable arc quenching or arc extinguishing device shall be provided such as deion grids ma Materials shall be nonhygroscopic. Second,a , grace c arc chutes and baffles. be silver-to-silver, rY device contact su.Yaces shall All rrmovable breaker units of the same t cJv ~'e and ~9~ro capacity shall he Wired alike and shall be mechanically mid electrically interchangeable. Standards erload capacity of the breakers shall be rated as specified In Circuit Breakers C374O1Oa19 XScovering0emo rgencyeCcurrentOloadin2 p. 9 and ANSI St,mdard committee g. 2A- I All breaker units shall have a breaker operations counter, 2A. 7 MVi:R AND (?ON[TtOL CO,V for WIR3 DUCTORS, In addition to the general specifications for r; un or . ectzon ITf;- switc gear conductors shall be furnished according to the requirements specified in the follshal paragraphs: 2A.7-1 Uain Bus. The switch oar main bus shall be mide of co less than 120Q amperes at 13,2 Kv and shall car peer, rated not witholit exceeding the temporatuiv rise specified in MT and NDJ% standardsFy The bus shall be installed with rigid, nontracking, nonflammable, and nonhygroscopic insulating supports capable of withstanding the magnetic forces imposed by short circuit currents equal to the short time current sating of the largest circuit brvaYers. The bus shall be slipplied in unit lengths which ,,,ill permit the reassembling of the units in tiro field If desired, g A" joint;,,,shall have silvor-to-silver contact surfaces) shall have minimum contact resistance, and 'shall be insulated with removable insulating which will provide an insulation at least equal to that of thebusnDar2ttings insulation. Provisions shall ba mado for bus expansion, to prevent undesirable or destructs mechanical strains in the bus supports and connections, through destructive arrbient temperature range from -30 C to +30 C. Expansion jointsas all be supplied where required. 2A.7,2 Ground-Bus. M uninsulated cop r short tlm rarffn at least equal to the momen a,.7 aanndwshort tir~nratinand f the largest circuit breaker shall be furnished through the entire length of the switchgear. All of the switchgear equipment shall requiring gg be connected to this erofmd bus. Provisions shall be madeg~forithe attachi,nt of 4/0 stranded copper cable to each end of the ground bus and in each cubicle that have external high voltage cable connections, '2A,7,3 Bus Connections and Terminals. All materials required for making the connect ons otween do ma n Ilse- and disconnecting devices, instrument transformers, and circuit breakers shall be fu.#rished and installed with Oul insulation cover equal to the insulation of the main bus, All main current carrying connections shall be made by bolting together flat copper bar. Insulated bus or cable connections shall be furnished for the potential transformers. 2A, 7,4 Wirl and IVirinj Diagram; The Contractor shall provide internal switchgear wiring, connections, and diagrams in accordance with the requirements of the following paragraphs. All low voltage control and inst newnt wiring used within the switch car shall conform to the requizements of Section in of these specifications and shall be installed Wid tested at the factory, All. Interior wiring shall be neatly and carefully installed in suitable w1 ring hitters or conduit and shall be termlrated at suitnbto terminal 2A-3 aref i. blocks plainly lettered or marked in accordance with the Contractor's coruiection diagrams. Sufficient cloarance'shall be provided for- all control and instrument i leads. All leads for external circuit wiring shall be connected to terminal blocks suitably located for connecting external circuits. Splices will not be permitted in control wiring or instrument leads. 'Arrangement of circuits on terminal blocks shall be such that all comiections for one circuit plus any spar conductors shall be on adjacent terminals. Any switchgear units that are split for slipment shall have terminal blocks adjacent to the split and shall be provided with wiring required to interconnect the switchgear units. Control and potential buses as required shall be 12 AWG switchboard wire or larger installed at the rear of the instrument and control coppartment, Switc}igezr Schematic, connection, and interconnection die rams furnished by the Contractor shall be based on schematic Lelementary) diagrams and connection diagrams furnished by the Ownor. After receiving the Owner's diagrams, the Contractor shall prepare his schematic (elementary), connect obi, and interconnection diagrams, which shall show the same terminal designations and the same torniinal nrrrngement as sTiown on t e mer s iagrams. The complete wiring of each switchgear unit shall be shown on an individual sheet, and all sheets shall be the same size. Information on each sheet shall include point-to-point wiring pf the entire unit shown as physically constructed in the actual switchgear unit, including wiring on thhe breaker itself, elementary diagrams of control and instrument circuits, contact arrangement of switches, and internal wiring of relays and instnthents. Elementary diagrams shall he cross referenced to terminal markings on the connection and interconnection diagrams, but need not show complete details of circuits external to the switchgear. When the Contractor's standard terminal designations differ from those required by the schematic and connection diagrams furnished by the Owner, or from t}ase marked on the Contractor's connection drawings submitted for approval and returned by the Owner, the Contractor may show-two sets of torm'..ials designations; one set in accordance with the iwanufacturer's standards, and one set complying with the Owner's requirements., Sufficient space shall be left on the "Owner's" side of outgoing terminal blocks for adding cable color codes and circuit numbers, The C.entractor will be furnished this information later, which he shall then include on his drawings. At the time the Contractor's connection drawings am, suhmitted for approval, the Owner will mark thereon all external circuit and wire designations required, and such designations rhnll be added to the connection drnwings by the manufacturer. Ucept as marked on the drawings submitted by the Contractor and returnod to him by the (Mier, no external circi.iit and wire des.ilTations shall be shown on the Contractor's drawings.. 2A-4 rxa ni' ~ e _ 1. a 4 'e 2A,7.S Terminal Blocks: Terminal blocks shall be provided with white marking strips. furnished by the Wner shall be inscribed on the marking Strips withablacki designations paint. Extra terminals in a quantity not less than 2S per cent of the inter- connected terodirils shall be provided on each terminal block for circuit modifications and for termination of all conductors in multiconductor cable. The arrangement of connections on terminal blocks shall be as approved by the Owner. Terminal blocks shall be grouped in the instrument and control compartment for easy accessibility unrestricted by interference from structural members and instiwnents. Sufficient space shall be provided on eacl: side of each torminal block to allciv an orderly arrangement of all leads to be terhinated .on the block. Amplo sqare shall be provided at terminal blocks for termination of all external circuits. An adegmate raceway system shall also be provided for all Wring. Shortinis type General' Electric EB-5 or equivalent terminal blreka bhali be provided for currcwnt transformer leads. All blocks with honshorting *fpo terminals shall be General Electric E-8-5 or equivalent. 2A.8 MCCTI(W. Facilities for the entrance, support, termination, and connect o,l o power supply and feeder conductors shall be provided in accordance with the requirements of the following paragraphs. 2A,8.1 Entrance. 'Adequate openings shall be provided.for all conductors entering t'lie` switchgear. Direction of power cable entrance shall be from the bottom. Catitrnl cable conductors to br installed by the Owner shall he through the top of each cubicle. 2A. 8.2 Terminal Connectors.` Compression type connectors for power cable and extarna _jiFiina ucd sher.ll be provided, 2A,8.3 Stress Cones. Where shielded cable is specified for supply or feeder, con uctors; adequate space and supporting facilities shall be provided to properly install stress cones on the cable termination and support the cable. 2A.8.4 Bus Duct. Whero bus duct is specified for supply or feeder conductors all flanges, supports, gaskets, flexible bus and enclosure joints, bolting material, insulation and connections shall be provided as required to torminato the bus duct. 2A.9 INSTRUMIr AND DINIMS. Indicating instnnmants shall be semi-flush Painted sw tcTrboan typ`e` tfi one per cent nccuracy classification, and oxcept as otherwise specified shall be approximately 4 inches square with black 250 degree scales on a white background. Field checked inst nuaents fotuid to be-more than 2 per cent inaccurate shall bo returned to the Contractor for calibration or rrp?acevrnt without cost to the a nter. All AC. instnovnts shall. be designed for operation on S ampere current transformer secondaries and 1ZO volt potential trarsfo niur secondaries, Auxiliary k ➢.A- 5 w I transformers shall be furnished where required to produce correct magnitudes and phase angles of measured quantities for the instniwnts. Instruments shall he General Electrle Type AB-40 or Westinghouse Type K-241. 2A.9.1 Relays. Relays, as specified, shall be semiflush mounted designed for use wit S a:Tpere AC currej,t circuits, 120 volt AC potential circuits, and 125 volt DC tripping circuits. Protective relays shall be induction or static drawout type equiplvd. with operation indicators. Lockout relays with 125 V.D.C. coils shall be General Electric Type MA, Westinghouse Type WL-2 or approved equal. l Auxiliary relays with 125 volt IJC. coils shall be General. Electric '.yp~ HFA, Wcstinghourco Type MG6 or approved equal. , 'ZA.9.2 Control Devices. Control and instrinnent switches shall be 600 volt, 20 ampere, multistage, rotary type with black fixed modern grip handle-, Each switch shall have an engraved black plastic escutcheon plate. Switches shall be Westinghouse Type W, General Electric Type SR-1, or approved rjual. Each switchgear sectie'n shall have a Local/Remote switch. All circuit breaker control switches nK)unted on the front instriunent panel shall be equipped with modern pistol grip handles and red, and h-een indicating lights using 'type T-2 slide ba,,e telephone lane a. Each electrically operated breaker shall bo provided with one 2 pole control power disconnecting and protective: device in the closing circuit and one in the tripping circuit. The disconnecting and protective device shall be either a molded case circuit breaker or an enclosed fuse pull-out. 2A.10 INS710 Eli TRANSIORWAS. Instrument trra:sformrrs shall be designed for use wlth meters, r~3e ays; wtd instrwTonts, in accordvrce with ANSI and NI-Mk standards,. Instrument transformer secondary leads shall be brought out to terminal blocks grouped for the connection of external circuits. 2A.10.1 Current Transformers. Current transformer thermal and mechanical limits sfiaTfti1 coonr 1n'nate54ith the short time rating of the circuit breakers with which they shall be used. All current transformor leads shall be brought out to terminal blocks arranged to provide any combination of connections or polarity. 2A.10.2 Potential. Transformers, The potential transformers shall have a dating o not css fin -4OTvol t -angreres on a thermal basis and shall be desilpred to withstand a vecondary short circuit for at least one second. The rating of these potential trruisfonner5 shall be as specified, and they shall be suitable for use on a nominal 13,200Y/7620 volt, 60 h^rtz system. The accuracy of these transformers shall be not less than 11SAS CASA) standards accuracy classification 0.3 with burdens of 14, X and Y and 0.6 with burden Z. All potential trcrosfonmers shalt be provided with current limiting fuses and shall be mounted on withdrawal turits so desigiod as to isolate nd groimd the potential circuits when the removable oleirent is in the fully withdrawn position. 2A-6 ~1717 777 orq . 2A.11 f 11fiI1sNT AND MATER ALS (tf' Ift1 D: 13quilxwnt and materials provided shall conform to the following requirements. 2A.ewi Unit 1. Tra-----nsf0lineBl Aker. This unit shall consist of the fol llowing: 1 - Metal-clad switchgear compartment with tho folitnring equipment fu mished and mounted within the unit. I - Set of 1200 mnperes insulated bus. I Removablo air circuit breaker, 3 pst, 1200 amperes, 13,200 volts, 60 hertz. I - Set of primary and secondary disconnecting devices. 9 - Current transformers, single secondary, 120V S ampere, three mounted on the bus side of the breaker and six mounted on the line side of the breakc•:r. 3 Auxiliary current transformers S/10 ampere to be used with the transfonner differential current relays. 1 Set of provisions for use with non-segregated bus or cable duct (Specified ill Section 2B). 1 Breaker operations couziter. I - Space heaterr. The following dull be furnished and mounted on'the front instrument panel; 6 - Overcur eat phase relays, inverse tim, . a pproxima`.ely 4 range. - 12 ampere I I - Overcurrent ground relay, inverse time 4 - 12 arnperc range. 3 - Differential current relay for two windingg transformer protection cutrpleto with percentage slope and harmonic restraint equipment, 1 - Lockout relay, 10 contacts, 125 V D.C. manually reset, with amf,or and green indicating lights. 1 - Indicating ammeter, 0 - 1200 a,M)ere sca,e. 1 - Ammeter transfer switch, 3 phase. I - Cin;uit breaker control switch with red and green indicating lights. I - 'rime delay relay to be used with high voltage side of the transfozmer overcurrent inverse time relay, 125 V D.C. Range of time delay shall be 0.5 - 30 seconds, 2A- 7 1 - Local/Remote control switch. 1 - Set of Breen and red indicating lights for 69 Kv transformer air switch indication. 1 - Voltmeter switch, 3 phase. 1 - Indicating a-c voltmeter, 0 - 15,000 volt scale. 1 - Control switch for transformer load tap changing. I - Lot of panel cutout and wiring for load tap position indicator furnished by the Owmer. 1 - Lot of nameplates. Space in panel shall be provided for future installation of I Watt anti 1 Var transducers to be used with a future telemetering equipment. 91uose transducers will be connected as shown in the Owner's, drawings, 2A.11.2 Unit 2 Mxiliary_arid Potential Transformers. This unit shall consist of the following: _ 1 - Metal-clad switchgear compartment with the following equipment furnished and mounted within the unit. 1 - Set of 1200 ampere insulated bus, 3 - Potential transformers, 7620 - 120 volts, Y-Y, connected to the 13.2 Kv bus, mounted on a drawout carriage, and with primary current limiting fuses. 1 - Auxiliary transformer, 50 KVA, 7,620 - 240/120 volts, 1 phase, 60 hertz, with current limiting primary fuse connected to 13.2 Kv bus and secondary breaker connected to AC panel. I - Space heater. 1 - 'Thermostat control for the space heaters on the units 11, 12, 13, 04, 15, and 16. 1 - P..nel board, 120/240 volt AC , with molded case breakers - 14,000 ampere inter Wptin; capacity at 120/240 volts AC., mounted and connected in the panel board as follows: I - 225 ampere, 2 polo - Main breaker l - 50 ampere, 2 polo - Switchgear and bus duct space heaters l - 20 ampere, 1 polo - Switchgear lights The following breakers shall be included for the Owner's cowicaions: 1 - 20 ampere, 2 polo - Battery charger 2A-8 77. e . 2 - 50 ampere, 2 pole-AC Beat 7 - 20 ampere, 2 pole - 2 Air switch, 3 OCd, 2 transformers i 5 - 20 WPM, 1 pole-Building lighting and receptacles, Panel board shall he according to M21A standards and will all components shall be UL approved. Provision shall be made for c;vmrs circuits to exit tu.-ough the top of the switchgear unit, The following shall,be furn'shed and mounted on the front instrument panel: 6 - Directional overcurrent phase relays, inverse time, approximately 4- - 12 ampero range, Westinghouse Type CR-8 or approved equivalent. 2 - Directional overcurrent grotmd relay, very inverse time, 0.5 - 2.5 ampere range, Westinghouse Type CRD-9 or approved equivalent, 2 - Reclosing relay automatic, only one instantaneous reclosure, Westinghouse SGR-12 or equivalent. With an auxiliary relay to prevent reclosing whon circuit breaker is tripped by control switch, or supervisory control, Westinghouse type SX or approved equivalent. 2 - Recl.oser cutout control switch. 3 - Local/Remote control switch, 3 - Circuit breaker control switch with red and green indicating lights. 2 - Set of pilot wire rela, high speed, West^inghouse Type 14CB or approved equivalent with all otKor accessories provided including insulating trans- formers, neutralizing retctors, drainage reactors', plot wir? current ameters; pilot wire current control switch, and ?iuxiliary relays, 1 - Lot of nameplates. Space in panel should be provided for future installation of four Voltage transducers, three to be connected with the 13,2 Kv potential transformers, and one with the 69 Kv potential transformer. 2A.11.3 Units 3, 4, and S. Freder Breakers. These uiits shall consist of the following: 1 - Metal-clad switchgear compartment with the following equipment furnished and mounted with the unit, 1 - Set of 1200 ampere insulated bus, 1 - Removable air circuit breaker, 5 pst, 1200 ampore, 13',200 volt, 60 hertz, 1 - Set of primary and secondary disconnocting devices, 3 - Current transformer 600/5 ampere, relaying typo, located on the bus side of the breaker. 7A-9 r 5 1_7 7 7- 1,- 1 C7 3 Current transformer 1200/5.ampero, relaying type, on the line side of the breaker. 3 - Lightnin arresters, rated 12 Kv, intermediate typo with leads connected to the lino side of the breaker. ' 4 - Connectors of oampression t , oondu:tors - 750 ISM AL. phasesfand 4/0 cooers pper neutral.~r~und exit feeder 1 - Breaker operations cotmtor. 1 - Space heater, The following shall be furnished and woimted on the front instrument panel: 3 - Overcurrent phase relays, extremely inverse, approximately 4 - 12 ampere range, complete with 20 - 80 ampere instantaneous trip attachments. 1 Overcurrent ground relay, extremely inverse, approximately 0,5 - 2.5 ampere range, complete with 10 - 40 ampere instantaneous trip attachments. 1 - Reclbsing relay, automatic, 3 shot, one instantaneous and two time dela%, ' reclosures, with an auxiliary relay to prevent reciosing when circuit' breaker is tripped by control switch. I - Recloser cutout control switch. 1 - Watts - Vars transfer switch with a removable handl? connected to switch feeder curr6nts to the Watts - Vars recorder in Unit #6. 1 - Indicating ammeter, 0 -.600 ampere scale. 1 - Ammeter transfer switch, 3 phase. i - Circuit breaker control switch with red and green indicating lights, 1 - Local/Remote control switch. 1 - Lot of nameplates. Space in panel shall be provided for future installation of 1 Var transducer and 3 current transducers for future tclemetering. Iliey will be connected as shown in the Owner's drawings. 2A.11.4 Units #G. Bus Tie Breaker. This twit. shall consist of the following: 1 - Metal-clad switchgear compartment with the following; equipment fu mished and m^,olted within the unit: 1 - Set of 1200 w ijxre insulated bus. 1 - Removable air circuit breaker, 3 pst, 1200 ampere, 13,200 volts, 60 hertz. 2A•10 Ica.... ;7 77 1 Set of primary and secondary disconnecting devices. 1 Breaker operations cowitor. 1 - Space heater. 9 - Current trwisfoimiers, 1200/5 ampere, relaying type, three moun,A on one side of the breaker and six in the other side of the breaker. The following shall be furnished and mounted on the front instrument panel: 3 - Qvercurrent phase relays, inverse time approximately 4 - 12 ampere range. 1 - Indicating ammeter, 0 - 1200 ampere scale. 1 - Ammi ter transfer switch, 3 phase. 1 - Circuit breaker control with red and green indicating lights. 1 - Local/Remote control switch. 3 - Bus differential relays, high speed, General Flectric Type PVD (87D1) or approved equal. 1 - Lockout relay, 12S volts D.C,, hand reset with amber and green indicating lights and with 10 contacts. 1 - Watt-Varmeter recorder to be used for monitoring one feeder at a time, 3 phaso, 4 wiro Y (21 element), 5 ampere, Sangamo-typo CCW/CHAR, Cat. 190-59074-100 or approves equal, Space in panel shall be provided for future installation of the following- 3 - Current transducers. 1 - Lockout relay, 125 V D.C., hand reset with weber and green indicating lights and with 10 contacts. 3 - Bus differential relays, high speed, Genernl Plectric Type WD (87B2) or approved equal. 2A.12 ACCESSORIES. Uo following accessories shall be supplied with the metal -cla-swit sear. 1 - Maintenance closing lever for closing the circuit breakers. 1 - Maniu l operating lever for moving the breaker element into and out of the operating position. 1 - Test jtw4)or for operating breaker outside their compartments. 1 - Set of test plugs suitable for'testing the relays, 100 per cent replncenwnt on fuses. 2A-1i a A + re ..y *1 ; r 300 per cent on inclicatin is amps . 25 ))or cent on color caps, 2A.13 hATlv'PI~G. P.19nting of the jvtnl clnd s sumac Jas indicaErc ~~c 'the General RequiVc,,,,nts Sect Witch gear ion ll; ear tir of the fitti,•h cart shall bc. Iz llt es shall l e ' L Prat ASA.0610 el?tion of the color 2A•14 SUPFRV1SpR1' ro~'I'ROF„ ~t 10 futura by iI Ul;icr. A supci-% lsory control s s ' be i circuit breakers' ~oritractor shall furnish all equfpmrntti~ecessa~nstaJ.l.ecl in the All breakers rcclo-O in1cluly P1 1,ooLocal/Romoto sc,itch Y to !'lack ry contacts call for trip or close, shot%il i.n the clcir1cnrary dinfira»rs (p• 2A-1q~15-1.6-17-13) so no other cctii > needed to connect to a future su erviso zn such ilp en p ry contral systcrn• I F S lent i s 2A-15 WMIC BUS, Space in the front panol of all metal-clad sivztchpcar units sha7 "provided for amer's installation in pago' (2A-13). Of tho mimic bus as shov, 2A,16,: hACMR1' ITSTS After each shall be su lecte~o . and shall mcet Rgroup has been 1.1 requirementsmolet o as listed in N.E.M.A. Standard SG,s. y fabricated, it f th production tests ' • I ' . , , • 111^ i ; . 77 ~71 } . t 11 11 rt~l T. S ..~~r1R~ f ~I . vN~ /I~i I ~r . JnRr I r.T r.. 1 { 11 11 tl \ i1 r• 1 Tt ` }II J` 11 ~ TR }R 1 t It ~ It ' 11 It i 1• N E `..r \1 Sir 'Li 1..r ~ I. fl j f r J~..-Jl.~ r is a 1 • E ESEN C.~ 471 It'u EEHa L J r.l 1 t~,'S t1 } ',~mot r• 71 ff 1 • t}j i 1 / ' • •-sFaFt r ~..++.eratrsvn-n s~ v. _ 77 to 'Al 1 J 1 .Rij F (`J It C7 t l L b - n t :t/l r r ! as t1 r1 1 Vr. ti Its _ I' CJ L✓ -XML (p, lip lL ~ u ~ 4f~=7 tC;;J'' CS ♦ r ~ H i • 1 . T ~ liJ {J 4rt~r 1 L l7it w 0 rt'`~' W {lj 4J TT ,'l C7 t It 1• ! f: t0 r IJ al 3 u~1 (1 t \tt ,1. v;It I , rtr rt r1{ r! 71 I( r• v 4 1• it. s t-r Gi- I~jL rv}s4 1rltl E rlr • Tr Ill {t,J4 MI . of L.._J P4 M Ii n n I•-trod IN to vvig.RV% ! t yi/ • It [ u n 1 le a L1•.~\s! t•1..1. Ir ' ..141.... , • U\it If UYIt I S : •UMI} V-017 w i3 1! 1 to too de fit to Mott }r.! RtlA 17.! PI MIA nei., i •fe f•a. I•r • , t 1 to Mt/.nom ,s.•t.;, riR/l n~ w , \ r . , Siel rtr:°. r:r♦ t~;iur7 ta' 11ti IV ti'. c 1.7 } A V"W k,y 1j+$l 5 . J ~t f i' { PiSi • t 4 t .A r POSITIVw< ' .L f d 3 s6el ' i 2 4 T Slr 3 ! 5 3 ..1.. , 510 U's 2 43 S 6 43$ T H o Y 4 43 3 8 43S 86TI !0 10 N N W z I i 1 z o Up C1 < LL T . N u R O TRIPPING 4 ° 86T1 DEVICES > N { T52 52 I e9 3 52'2 TO SUPERVISORY TO TR4NSFORMER j f E9f 13.2T 13.2M INDICATION D'SCONNECY L-_--. 32 52 SwITCh j i + CLOSING ~7"'' 52 52 OEVICE F ' N TRAN$FORPAER PARALLEL AUTO t NEGATIVE OPERATION ' i Q SUPERVISORY 13.2 KV TIE BREAKER CONTACT 06T1• TRANSf. *1 LOCKOUY RELAY I"" 52 i 62 i L15 TRANSf..Awl DISCONNECT Ew1TCN 2.2 13,2 KV FUTJJRE TRANS. M 2 # 31 OVERCURRENT RELAY I3,2M MAIN BREAKER CONTACT TO TRANS. TO 13,2 KV MAIM 8661 BUS *k I DIFR LOCKOUT RELAY 43S LOCAL- REMOTE SWITCH MAIN BREAKER BREAKER I f 6,.; L 69 KV TIE BREAKER CONTACT +i t f j - r .-:hi•SL. b Mr: a1Y.,~.r,. ..•.n«7~ +.+".~1 ~MM•Y*. . ;.~w:~dF ,.~iy".~M~""~:....+-.*~"'g V -'f «r n •'t • } ~'P~ it 7.•.." ril 1 fir. ` 436 43 s i0 R Li C 41 `I1 ..86BI u • 1 ..L x ~ a ' a l 3 CS 8682 S2 T 4 O ` Y s N~ ° I fV i C~ p 2 SUPERVISORY i R 0 INDICATION N 5L . 52.2 13,2Ft 13.2M 62 52 62 52 val 8681 TO 13.2 KV TO 13.2 KV 0662 TRANS.ir I TRANS. rA 2 MAIN BREAKER MAIN BREAKER Q+Q CLOSIkO TRIPPINO j GCYICES DEVICES SuP!4VISORY 43S LOCAL REMOTE SWITCH t p 1 , 69 KV TIE BREAKER CONTACT 51 OVER14UARENT RELAY 6 6 I 132 Kv 7RAIi5F. # I MAIN BREAKER CONTACT 0691- BUS 4* 1 LOCKOUT RELAY TAANSF. PARALLEL ,13.2'A $662 BUS V* 2 FUTURE LOCKOUT AUTO CONTROL rt 12.3 13 2 KV FUTURE TRAN$F. 4P 2 MAIN BREAKER RELAY ti E 13.2.4 CONTACT i •I e o ! , r . 0.'i. 5. N^r ,CiA: ,[{rr, ! s) 6'16f,.f.,5 ~e r'~PCi y~'r~rY. 9 .4' • 1. A'i 1.435 V-43$ ItE91 100 to u W• } 2 6 ' y I i s fso sac t u , 3i 3ic ~ 33~ 43R 1 ic Q 9 CS 3 C3 1 2 2 1 > w `j 2 C _ Q 10 SCC 7 o ; 62 43R R 211 Y7 22~ 1 14 u u 8681 62 Y13~ `II 75M 5 0 16 X54 b D TRIl P11111 EVICES 1 Lr79 t' 6 L" 79 L79 a' Y I CLOSING DEVICES ,S2 ~ 7 CS S2 8 0. IIf Q SU?m'SORY 79 RECLOSING RELAY, W99TINGWOUSE,TYPE RC OR EOUIVALENT 50 INSTANYANEOU9 OVERCURRENT RELAY ' I 1 :s OVERCURAtNT RELAY' 43R RECLOSER CUTOUT SWITCH ( i 1 43 S LOCAL REMOTE SWITCH o 8861 BUS A I LOCKCUT RELAY .Y - •e r a . 2 C 0 3. CS IQ 1 ..1 rE_ T 88T 8.1 a 'V4 StiAl2L 43R T 43 i 433 r 10 87' St I 74 1 1 "1'is3S I 79%2 I 43R 7 3 87 0 Pw J'Q I e I I %3 I C w ! e6T 0 r S%r-~ 8 435 4 433 I 1 9;f m u o 7 ci u i I 1 %R j 3 1-~_... d a 8 I I 1 7922 I Z I I I I 1 -I f 6 I u 1. S I 1 -w tv 1 j 52 L e I L. _ 1 7 2 I ' j I 52V2 1 79M f 1 1 793 1 j 2 1 62b j 6 1 j 7 1 I 0 j 1 1 79X1 I ( 1 1 79 3 1 634 1 4 X'0 I i 7821 1 f-.` I LL- 7 1 J _ 0 ~ USX _ 520 _ 52Y1 ( 8200 SGR12} Std 52C B2Y4 S2Y .r 63S o 82T Q SU$'ERVISORY CONTROL 'LIS TRANSFORMER O;SCONNECT SWITCH; USE ILIS FOR TRANS. f 43A R£CLO,ER CUTOUT SWITCH AND 2LIS FOR TRANS. * 2 IFUTUAEI 435 LOCAL REMOTE SWITCH 06T . TRANS. LOCKOUT RELAY, USE 86TI FOR BUS M6 f as ' 87 DIRECTIONAL OVERCURREC;T RELAY AND SGT2 FOR BUS 2 I ,79 x,Y,M ItECLOSER RELAY U TYPE SGR•12 87 PW PILOT WIRE RELAY HCBI (w I ~ 635 PRESSURE OPERATED CONTACTS 79Z RECLOSER AUX, RELAY O SX~, .e 33rrtea. ~W Y F 3 CS 8GT1 186i2 a o CS T ~ C r S 31 435 ILS ZL W+ 2 4 C C ~yQ1~ 43 1 035 6 435, 8 r 2 6 ~ u ~ F 86T1 0 4 I u > R 0 N 2LI ! 8672 G - TO£VPING CES ~ a 52 52 CLOSING DEVICES I I' SUPERVISORY 86oT1 TRANSFr *1 LOCKOUT RELAY ; OGY2 FUTURE TRANSF, * 2 LOCKOUT RELAY ILSS YRANSF. # I DISCONNECT SWITCH E E 2LIS Foot TRANSI * 2 DISCONNECT SWITCH I ; e 435 LOCAL REMOTE SWITCH _ r~ • _ a I , r y~ Section 211 - ML'TAL FNCLQSFD BUS DUCT 2H,1 C-,:Q:1 L. 711eso specifications cover furnishing of 15 Kv, 1200 amperes, i metal -encloeed; unonsegrogated group phase bias duct, 28'2 UDDCS AND sTANDARUS, Bus duct provided tinder these specifications shall be in accor anco w t7i ap`-cable specifications of TIiE[,, NDiA, and ANSI 037.20 Standards. 28,3 L*II'MHN, W' UTRED. The following, group phase motal-enclosed bus duct equipment s a e urnished. 2% 3.1 Rating, Bus duct shall be furnished with the following ratings: V_o_l_t_ag_o j _Volts Current -Immpuplse Momwt No, of Nominal Withstatnd Continuous BAs Conductors 13,200 gS,000 1200 37,000 4 28,3,2 Length, Bus duct shall be furnished according to the following details: Location A n nrox, Length_~foot From To 20 13,2 KV Unit Al Owner's Transformer Switchgear d3scrib- terminals. Federal, ad in Section 2A tbatinIzuse 12/16/20 MVA 2B,3.3 Arran'anent, The arrangement of the bits duct 'is shown in pap 2B,3. Specified-Ud a e information regarding the arrangement will be furnished to the Contractor followinR award of contract. 28,4 DL"fAILS OF WNSTRUMON. no bit duct shall be a group of rigidly supportect`tnsu ate copper aG` rs `assembled in a metal enclosure and designed to satisfactorily carry rated current continuuously wirhout exceeding the temperature rise specified tinder IrTE' and ANSI standards. The current carrying capacity shall be based on actual service conditions including skin and proximity effects, and the effects of insulation, steel enclosure, and an andnient temperature of 40 0 The bus shall be shipped compietely assembled in section lengths of approximately 10 feet. 28,4,1 Bus Conductor Joints, All joints shall have silvor-to-silvor contact surfaces tin s iia . i'e imated with removablo insulating fittings Avtiich w1l I provide an insulation tit least equal to the bus insulation. 'ilia contact surfaces of each joint shrill be niclilned before silvor plating to minimize contact reslstancu and heating. Each joint or splice shall conform to MAUI SC 1-4,04. 2R-1 NM r a M N a.ti v, f 71 IT, r '1 x 1 n Sti •~.0 •x P! x ter`ry' k Ta n 1 •n h,, "d (yL 211,4,2 Bus Conductor l,lsulation. Bus conductor itisrllntion shall be a molded material os pte~ tor'' y Mee at rated voltage and "shall coyer the entire conductor, 7710 molded insulation shall have a high .resistance conducting surface III contact wit11 the conductor to eliminate corona damage to the insulation. no bus shall be installod with nonshatterable insulating supports designed to withstand the malmotic forces imposed by short circuit currents. 26.4,3 -L' ansfon ,Joints, Provisions shall be mw,de for bus oxpansfon, to prevent und0sirablo or estruct:iv'o mechanical strains in the bus sup cti ports a full ambient: temperature range from -30 C to 50ixpansion connjointsons, shall bo supplied whore required. 1 26,4.4 linclosuros, 11io sections of bus dbict shall have nonventil.atJJ woathor- proof encl-o'surrs w th the theimostatically controlled space heating equipment required to maintain the inside temperature of the enclosures above the dew point. Space heaters shall be wiro-i to the space heater supply source in switchgear. 28.4.5 Terminal Coordination. The Contiktor shall supply the complete bus duct oysters roqu reTi"c u ng all parts not essary to r1ke complete electrical and mechanical connections oetween bUs duct sections and the equipment to which the bus duct is to be connectedi Connecting parts shall include all fixed ane flexible connectors required for connecting the bus to equipment, including f©rminals in the indoor metal-clad switchgear, connections to the switchgear enclosures, and connections to the transformer torminals, in the flanged throat of the paver trimisfoxmer, The Contractor shall coordinate the termination at the transformer with the trans- fornor manufacturer. 71ie name of the transf:lrrmor manufacturer will be furnished later, 26,4.6 Transition nla~nges, A1.1 necessary wall flanges and barriers shall be included w it 0`Eus Pip ages. ct, 26.4.7 Sup rts. The bus duct shall be de:iggnod to be self-supporting, If any Supports are required they shall be furn`,shed by the Contractor. asib cable btL4;7 tSmay W- a's b r 8 BUS M. niato0to theelnonsegregated busvductlatecl specified herein. Voltage and current ratings, 1on~~,i,ths, applicable details of construction, and coordination between equipment sl'all be identical to that specified for the bus duct. 213-2 ~ .k, 2, ~'+'~""~+wrwi.~ww.' " 4. r F .W ° ~ . t, . •*^+~!d!A' ° h 1! A ~ t3L00. WALL 1200 owp FLANO@ 0 u s 0UCIr ~d TnnOAT a0"X 20" 90" 1G0u F 13.2 K~' SWITC4131'AR FiS srFT/O~FS ' - L~.A! ~ f , ' O r V! ti 'y1 `y1 , 17.2 KV I I -LV L»- SWITCHOEAR I 1200 A!AP Gus Duey Is' -OLCG• WALL METAL IND UCT 69,13NS 1"AOLrARIES CITY s ' k ~ p'~e'~; ~-.-r^r.- z rw;:; a -cf r x iiza~ •i .F ^x f .n. ~ •.b 4 l r E~ ~-r.'. ; ~ ~ ~'-r.-"----..---'^---a r,± I SUCTION 2C - IINI"fRRY AND 01ARG1iR 2C,1 (TNI?RAL. Those specifications cover the dosign, mwivfacturing and furnishing of a 125 V D.C. station battery and a wall mounted battery j charger for substation operation. 2C.2 TiAWERY 11F.SI(N. Each twit shall he equipped with explosion resistant vents. The u'-'`r tsits shall ba equipped with safety vents designed to prevent 'internal explosion and allow for the escape of gas but to trap and return to tho cell any spray. Positive grids shall be cast by a process eliminating possibilities of impurities, dross inclusion, undue anodic corrosion, or mechanical weakness. Specifically, they are to be manufactured Iy sera . process other than "die" or "pressure casting". Uach unit shall To encased acid - tight sealed, heat resistant plastic jar. 2C.3 IMTGRY CAPACITY. When fully charged and at a tomperature of 77or or 250C., fhe eTectr% being at the proper level and of a proper specific gravity of approxi"nately 1.200 - 1.220, the storage battery shall have an 8 hour capacity of not less than 150 amps - hours; 3 - hour capacity of not loss than. 114 arrir - hours; a one minato rating of not loss than 220 amps to a final voltage of 1.75 volts to obtain a total rd nirman voltage from the batteries of 105 volts. 2C,4 lWrMRY 7YPP. Battery shall be corj)osed of 60 individual single lead calcium -u-nI s Other proposals for different type will be considered upon approval by the City of Denton Utilities Ungineer. 2C.5 YAIMMY ACCI;SSORIF,S. There shall bo furnished co, nlote with: One vent Minting hydrometor ,yringe complete with suitoble specific gravity scale with single point scale dimensions. 'Cho syringe shall be o£ the offset type, ' One small, 6 inch mounting vent hole thermometer with hard rubber vent plug and specific gravity correction scales. Lead plated copper lugs, including !Isconnectable compression type connectors for external cable connection. Lifting strap Cell nunbers Ono set of connector wrenches for lead covered nuts. Battery shall include all necessary tntercell connectors, connector bolts, terminal lugs, and a two-step stool rack assenbly having maxinnan dimensions of W L x 3 W. Rack assenlrly is to be installed in center of battery room with walk space on all sides. 2C,6 RA7TliRY 1.11TT EiXPEC.MNCY. Ixsfgns of battery shall be of such that life oxpecta ity"si aill`Tic` o?"itot~less than twenty years, Warranty period shall be statc,i in the bid. 2C-1 r di t~! ut meat shall be fully automatic, 2C.7 BAYI11iRY C4iA mp. Battery charging e9 p full waves icon re►Ufior typo. The charger shall be designed and constrUcted to individually su~ppply the normal loac: and charging loads for the batte'y to be furnished and shay have the follolling features: percent (a) Regulation i to the foutput city capa1fornvariationsiof plus or from n:) load minus 10 percent on input voltagO. (b) Potentiometers for adjustment of float and equali,ing voltage. (c) Power and control circuits shall be proscefsed from volt.Ue transients by solid state sure su p (d) "Dail Safe" circuitry to eliminate charging current in the event the charger voltage exceeds 2.35 volts per coll. (e) One direct current voltmeter and one direct current ammter each plus or minus 1% accuracy shall be furnished, (f) Circuit breakers to pisvent damage by AC Input and DC output overload current sh,All be furnished. (g) Grmid detection switch with incandescent loops having, a clear l•ns shall be furnished with spare set of lamps. (h) ?he charger cabinet shall be ventilated and suitable for all mounting. Cabinet shall be painted ASA 61 Light Gray flat, lustreless paint. 'ilia design shall ponat, easy wiring and component access from the front. (i) Terminal blocks end space for theobotgand tgoing circuits shall be provided for try through t of ti chq (j) Convection cooltng only is permissible, no fans. (k) No vacuum or gas filled electron tubes are permitted. or provided to minimize the ripple (1) D.C. output filtering shall content of 30 mii (~anddlloll voltage alarm el ns,are to be furnished (m) Adjustable high to sivtal hi , ale (n) Marger shall. be capable to operate on 1.20/240 volts sink, phase 60 hertz ,I It Batte t 132.0 volts 1).C~.rwiths120lvo1teAC soupplyt.ous 2C.7.1 Ratte Char q,, ampere, rated out iut o Battery c~targer shall b1e c~faGO de~;rcesr gg centigrade,~~ent limiting (1201) continuously, at an ambient temperat 2C-2 l r Section 2D fiUBSTATION S11i1;l, STRUC IUS 2D,1 GMIERAL. Ilieso specifications cover materials and f ;br'ication for subs 11, on teel structures. The struc;tures.shotl be fiamished comifiote with all field connection bolts required for erectin the structures and all bolts required for mounting the equipment furmisgod under other sections of those specifications. 1ho stnrctures %4111 bo installed in a City of Denton Substation, All testing and welding gwlifications required by theso specifications shall be porfo need by an independent testing laboratory retained by the Contractor and approved by the Otmor. All testing and qualification expenses shall be paid by the Contractor. 2D.2 MDTS AND STA'N'DARDS, All material furnished undor this section shall conform to t o applicable codes and s~andards of the technical societies and organizations listed in these specifications and to the specific standards mentioned in this section. Reference to technical societies or organizations my bo made by abbreviation in accordance with the following list: AISC American Institute: of Stool Construction AISI. American Iron and Stool Institute , ANSI American National Standards Institute AWE American Society of Civil Engineers. ASTM American Society of Testing and Matorials Ms AmorIcan Welding Society Except as otherwi.su'saecffically noted on the drawings, or specified herein, all materials furnished and work performed in connection with substation structure work under this section shall be in conformity with he RISC "Manual of Steel Const.:-ction, Sixth Edition". 2D.3 DRAWINGS AND CALCULATIONS, Drawings for shop fabrication and field orection o a mater a s t"? Tshed under this section shall be prepared, checked, and submitted to the Owner as specified in Section lC, Design data shall be submitted which shall include calculations shnwing the adequacy of each member and connection, the reactions on the existing structures, and anchor bolt stress calculations. The calculations shall include ground lino reactions (shears, moments, and axial loads) and all othor design data required for the Otmer's foundation design. Design data shall be submitted to the Owner as specified in Section 1C. 21).3,1 BASIS Or Dr-SIGN. Substation structures shall b3 designed in accordance with ND IA 0-6 =`"i cart 8, unless otherwise specified. A momentary current of not less than 40,000 amperes shah be used to determine stresses under fault conditions. 2D-1 a .p My`,?~7 i r, -.x'., " 1*ti,, a`~ ':,a a f."- •.~s ~;fze.`ti r--=.:, VJ1,tic"11 dorlt•cticns of.~tnl~ture. Which supr.li't rqui;,rut, ineltlding an ice lo;IJ equal to klm-half :f tho t~ell'ltt of the voil;ht (or, the structure mul C(IllI1cut•llt, shall b:' 1:".:fl`(1 to i► iitzLxhiYun of l/ 00 01 the :+));pl ►L1dUr 111 y111a^i strva, conditit,lts. 1•(r:lcal Ocflectiolrs of stlu,tt,res which stthhort no c(Suil::,v'nt, hiclu.l3::;- -Lr. i'' -e lo;ttl 611m l to Oslo-half 11,c tre)l;ht of the stril:U11-0 sb:111 1)2 111„itoJ tr V '-J of the spcul. 2D.4 J-AT171;All r-Iterlals shall be new mal tir:dmiknl;cd and shall Conform to p:'1'tiliciit •1J i; ;n3 i;•1 standard specification, ;•.;;d the follosing ra(lu i rcu?ctt t Steel shap: s and pl atc•s NMI A36 {Vclcling elc tro~:s NMI and ;diS spccific,atiotls ('l lss L70 SC1'ie5 or Grade 1'70-VOM Corl--ctiCm bolts ant' bolts AS7?•1A39a; hcvalon halts nuid'nuts, for eq'aipr:,_t;t ix,'.::lting flat or htveled uashers, and L1cLcz11- Fogg ' ;•I 'r Lock Not t;1" loclAn 4 device All bolting materials shall ba galvanized Galvanizing Shapus and plates ASDI Al23 Bolts Galvanized as specified in AS',M A 394 2D.4.1 rield CornectiM Bolts. Field connection bolts shall be furnished for all stirvct-Urc TieIT coiutcctions and equipment mo;*.lting with an overa ~,f of 5 nor cent plus five bolts of carat type, size, and length. The lengtl` of eacb bolt Maill provide sufficient projection of hasher, nut, /d lock nut, Smooth homycled Mashers shall he furnished for use l,hcn the bearing faces of the bolted parts will have a slope of 1:20 or greater with respect to a plane normal'to tlae bolt axis. FARRICATICN. The structures shall be fabricated-in conformity with the dinsenszol;s; ;airange^cnts, sizes, turd weights or thicknesses shomi or noted on the appt'eved fabrication drimings, All nr:;iibers shall be detailed arnl fabricated ill accor':atce faith AlS(; stalldords, sp:cifications, and details unless other,,•ise noted ca the drawings or specifies} herein. 'l'hc stm-tunes sb.+ll be shipp:d isseiillhled whero shipping conditivils pollAt. Eaeh bidder shall fll ?i>n with his projposO, tu?der Lt,s lie;tdinl! 11ROl`OS'Al, DATA$ a list of the stru_ture items that will rcquivo field asscnbll' tuld (le:-crit,c thf, shipping; s^(.ticn-,. ',hen prop(isals are suNnitted without statewnl descrihing sccticn:zl sh`.a^!ents, it will be tuuicrstooj that 110 field assClli'tly of tits strucitiros r,i1J rt-quired, Mica ('cIlvore(1, !u 'r1's hrtll N, t'raiI'ht, fi•rr frn^ t;a17~, brnc's, er 10.^:11 t};1Ua't.;lil0li lltilt'a l.;. 0i11c1' proviritdIs for fi(':(i ~':!1'~nCtal~Qi15 H Ic ac(tu',:te timl :;lop checkr.! so that, l;hcn the 1;tl1lct(11c is fit'ltl asse!r?1rd, preller lit, will be prnri:',,A. All pinching;, drillirlc,, and rc;uning; of th(• ,toll;: =.!1;11) Oo doll-- ill wig bl l'(?rl' 21}-2 k' $ M ' .3 , D 7 n v R r t cr'„`, ° X~k 47 A Shearing, flaw cutting, and chipping shaft bo done carefully and accurately. convection plates shall be neatly fitting rind shall not have ragged edges. Holes shall be cut, drilled, or yInched at right angles to the surface and shall not be tilde or eniargA by burning. Holes shall be clean-cut without torn or ragged edges, Aral burrs resulting froi drilling or reaming operations shall be removed with the proper tool. Bolt holes shall be provided for future additions to the structures and for mounting equipment, conduit, and grounding attachments as shown on the drawings. Except as otherwise noted on the drawings or specified herein, shop connections shall be all welded and field connections shall be all bolted. i Welding shall be performed using only those joint details which have a pr qualified status when performed in accordance with the American Welding Society code. All welding procedures and operators shall be qualified by an independent testing laboratory in accordance with- A4S Standard Qualification Procedures. Accurate records of operator and procedure qualifications shall be maintained by the Contractor and shall be available to the Oiner. All, welds shall be continuous and shall develop tho full strength of the least strength component unless, otherwise shown on the drawings. Components Shall lie thoroughly cleaned before welding and shall be accurately fitted an8 rigidly secured in position during welding *to provide a sound, full strength weld without distortion. Weld surfaces shall. be smooth and uniform and shall be thoroughly cleaned of all slag and flux before galvanizing. Alt steel materials shall be hot-dip galvanized after fabrication. Materials shall be prepared for galvanizing by being properly cleaned, pickled, rinsed, and dried. All structural members and parts shall be plainly marked, as an aid.in assembly, with the identifying mark on the member corresponding to the identical mark on the erection drawings. Marks shall bo'motal stamped into each member in characters not less that, 1/2 inch high. Stamping shall be done before galvanizing, but marks shall be clearly legible after galvanizing. Marks shall Also be painted on ulth nonpermanent black paint in characters not less than one inch high. After galvanizing, the galvanized members shall be inspected and warped members, if any, shall bo straightened. 2D.6 ODNSTRIMION DETA MS. Substation steel structures shall consist of iigi ning arrester, switch stands, coupling capacitor, potential devices, stands and bus supports. The bus support colUrns shall be of columns with plates at the top for MOIUIting the bus support insulators, and base plates at the bottom for securing the columns to the concrete foundations. 2D-3 tential devIces;shali be the ortinf, The stands for disconnect switchos an po fabricated from stntcturai stool and shall bo suitable fdr sui ,yn nds for disconnect,switches shall u±iliZC colus associate) equipil?ent. St. similar to those kc5ed for btis supports. (G) six 1,.0ltning Individuol stands shall be provided for each of the arresters. intent to dead end the incoming STRUCIl1RFS. it is the owners ch that the . 2D.7 DEND ~ R ~gpantleCt swit.cr► structures such line xiuctora to, the nsa line 64o WO moaning angle abrnx3:the normal horizontal inductors shall be plane' Shield wires will be installed by the owner and will ZD.g ~11IiLD WIRFS. Specifications. rot at -5c91- ~e structures in these 9v-a 17 T'- 77, ti . Section 21: - DISCO-W'(T SWITC1Il.S rated disconnect l 'fl1esr sl~ecritions cover manual R1O1p operated UV, 2F. 1 switches specified shall be furnished switches, smaterialI and accessories. complete with all .accessories ready for rex~iinting on substation steel structure. 2E 2 OpDF.S An grmn\Rns. All equipment furnished ulder these specifications . shall co`n orin to at?plIC"~11ile standards of ANSI, NIT ~ and llii:E. ll 2E.3 l' I'rr~'~-D`•' the following disconnect switch ecjuipn a-Ra be prov`ideJt Item 2E.2 Item . G 2 Quantity C.arrent, amljeies 1200 640 Continuous 40,000 Momentary 40,000 G9 Voltage, KV 69 ?0 350 Insulation leVel, KV, (i3Il.) Horizontal Mounting Horizontal y Operating Mechanism Yanual Motor Operated 1 DSTAIIS Or QOi~STTtWY1ON. All disconnect snitches shall be three pole, 29.4 D out oar group operdted, conmplete with bases, insultits, single rotrs satin mechanisms, and haunting contacts, terminals, blades o r irrenntsgof the following paragrarhs. Tate end shall conform to the the regg switches shall be vertical air braak type. 0 aratus 2E.4.1 INSULATORS. Switch insulators shall be stationpGst and Section 2C of insulators cen~ing to NIA lechnlcal Reference No. Z these specifications. Fach insulators shell have a 3 3rt01. volt circle and a grey colored glaze. type high • M.4.2 S}+11mi TvPmINAL. each switch shall be provided with spade rated switch conductivity copper or copper alloy terminals designed peratu a rise requirements. current contirnaously without exceeding NESfA or IfbL tempe Switch terminals shall he furnished with not less than four holes located and sized to conform with NINA SG1-4.04 requirements. 2E.4.3 OPPRA'CING rq;~NidISDiS. Lach opern lvnbc~rin9s,smrotuidlbraaids eirbuntingng en and closed pipes, s, opera a stn :ts, couplings , rxidl king facilities ill Ph open and closud brackets, operating handle, eration fro.n the ground positions, and offsets required for op 2E-1 iM.f. na 7: a P a 1. Each operating mechanism shall be the torsion t &4qed and to provide a minirava of deflectio,z in any mci,i6er ~f the ~a~ssc~r ~led fabricated when opn rated and shrill not require an parts pounds• operating force greater than 5o All lovers and operating rods shall be cut to length. All cutting and threading operations shall be completed at tho factor ope rating mechanisms, rods, and other steel parts shall he Switch bases, galvanized after all cuttings threading, and machining has been corpleteda Each motor operating mechanism shall be suitable for use on a 125 volt dLe system and shall include a molded case circuit protective device, an Close" push-button station, contactors, 120 volt a-c space heaters, at least four normally closed and four nonnally open auxiliary switch contacts in addition to tl►ose ra,uired for control of the motor mechanism, al Id tither devices required for operation. All. devices, contacts, and eq in a M~ 4 acid wired to terminal boards locatd inside pent shall be mounted Each disconnect switch shall be ccui mechanism housing, the w_Aor operating mechanism. 1 pig for manual oJx ration without disturbing a • 2F-2 _t,. • .r- .fir tif~9 fl,' y " .p. a.'J., r ,rl SP Section 2F - INSUI.~'f•ORS F 1 n''``f~ ; ti~ 11ioso specifications over insulators for use on the s~~bstation atnut'ures specified under Section tinder these s 2F•2 CODS STjVMTRDS. All cable standardsiofcANS1~,s shall con orm to tlle rcq iremcn If;{il , tnd NIM. 2F.3 pPSI(if RP UiItI~ EN'!'S. Insulator design requirements aru covered in the following paragnan s. STATION POST UNSMA_COM. Station post insulators shall be provided 2F. 3.1 in accor v'scoile'To llotr~ng requirements yVithst and, KV Impulse 350 Law frequency, drv 235 Low frequency, wet 180 L•lectricdl distance Inches Acc ing 26 Leakage 72 Strength, Pounds Cantilever, upright 1500 cantilever, underhung- 1500 fensile •120000 Compressive 25,000 Tensionproof 2000 Bolt circle diameter, inches 3-ND" TR 216 Porcelain color GM These station post insulators shall be used in switch stacks and bus supports. 2F•3.2 SUSPENSION INSM ATORS. Suspension insulators shall be provided in accordance wit i t 100~Ilowfng requirements: Diameter, inches 10 Leakage distance, 11-1/2 inches ' 2F-1 T~ .d~{~ h• ~Y~. ! ~a ~J . Y'.'~ Cyr: ti~ A 1 ~ Conbined mechanical and electrical strength, pounds 15,000 Mechanical impact, inch I pounds 55 Tonsionproof, pounds minimum 6000 Ball and Socket Porcelain color Grey 'these suspension insulators shall be used ir.,strings of seven units per phase conductor to dead-end overhead circuit:; at the substation. Each insulator string shall be provided with a,Y-clevis ball, Ohio Brass No. 82857 or approved equal. 2p,4 INSULATAS REQUIRED. Insulators shall be WhAshed in the specified type roq" u~ o prov o a complete installation in accordance with the drawings. The follming approximato quantities shall be verified or changed as required by the Contractor. ApPROXIMTL' QUAN1•I tS Of INSULAT01~5 R17QUIRED LOCATION STATION POST TYPE. SUSMiON WE Bus support .12 Overhead 1im dead end I 2F-2 ,k, 7j y S F $ Y L ♦ fq ~J } ~A 11 \ A z Pf ~n r'k k d ~ ~9T £y1, 1 r section 2G - LIGUNING ARMSrURS OVIRM, Illese•Spec Ifications cover outdoor lightning arresters for 2G. 1 substaiioi' uso. 0 . 2 001)15 AND STANDARDS. All equipont furnisheir~n~derah~specificati.ons 2Gshall con orm to t o ap-p~icablo standards of ANSI, arresters shall be desiVed, fabricated, and tested in accordance The lightning i dth ANS C62.1 series, and these specifications. 2G.3 RATING. Outdoor lightning arrester shall confonn to the following requirements. The intermediate syst m. Ar~sters shall shall rated 60 KV for withe grounded coripleto hardware grounded neutral system. for field mounting on individual stands described in Section 2A of these specifications. rite Arrestors zhall be Westinghouse Electric Type IVS or G'neral Electric Thy or approved equal. Porcelain color shall be grey. 2G.4 ipt UIREV. The following quantities of lightning arresters shall a prov'or` t`1ie location specified: Location .satin 'faro 69 KV lines tee'. R 6 (3 each) in the substatiun 2G-1 7 7-1 7 Section 219 - OOUPLING CAPACITORS POrf7''IAL DEVICES 211,1 © -RAL. 1110se specifications cover furnished of 6 outdoor coupling capacitor potential devices. I 211.2 CODES AND STANDARDS. l quipinont furnished tinder these specifications shall t,onfori to appli' c li3c requirements of ANSI', MIA, and IFF.H. 219.3 RATINGS. Ratings of providod equipment shall conform to the following rcquir' nts: Insulation class 69 KV Baiic Impulse level 350 rv Voltage ratio 40,250 - 115/67 F, 115/67 volts 'Frequency 60 hertz Accuracj It or less, class A Cantilever strength 1500# Bolt circle `diameter, inches 3 - NEMA TR 216 Porcelain color Grey M~ITERIAL. The contractor shall provide six complete coupling capacitors 299.4 potent a devTcos with flue pprOtection on the secondary side. Grounding clang should accornnodate nurbcr 4/0 copper cable. i 2t1--1. . . 14 2J - RIGID J USI'S, Bus FITTINGS, AND JIMERS 2J•1 QNI:IIAL. Ilieso specifications cover furnished of tigid bus, jtv%vrs, materials; fittings, anda}uipment connectors required f)r a 69 P1 substation as shoim on included'Ihawings. The current carrying capacity of connections and fittings shall not he loss than the curiont carrying capacity of the largest conductor in the connections. 2J.2 CODES AND SfM1MRDS. All bus materials provided under these specifications shall conom to appTica' l e standards of ANSI, *N NA, and TIKE. 2J,3. MATERIAL RaiRI D. Ilic Contractor shall provide all quantities of bus, f;ttfn'gs, eoimectors, jumpers, and all other components roquired including connections to equipment. 2J,3,1 BUS. Rigid bus ,shall be 6063-T6 alwinum alloy tubing. Schedule 40 Standard Pipe Size (1PS) tubing shall be used except where Schedule 80 must be used for strength requirements. 2.J.3.~ BUS FIVINGS. All fittings required to interconnect the aluminum substation us m connections to equipment shall be furnished. Sliding and expansion, joint fittings shall be included as required to prevent expansion and contraction force damage to the bus system ovcor a temperature range of 75 C. Connections from bus to transformer and oil circuit breaker; terminals shall be flexible fittings$ The fittings s!-.ill be highest quality weldnent typo as manufactured by Anderso;i Rlectric Wrporation or the Burndy Corporation. 2.J.3.3, MIPERS., Flrxiblo aluminum conductors, Alloy 6201 19 strand, 5593 Mcm (Kaiser Luinum Company, Typo AAAC) shall be uaed'for junpor cable connections to equipment as necessary. Cach jumpox, shall bo complete with compression type terminal fittings and all materials required to Make the connections. 2J,3,4. 0111CR FURNISHED MWERTALt The o;mer shall furnish all 559.5 rat type AAAC c-o-Muctor as requ rc . ?J-1 1 Section 2K iWUNDING M177,RTAL 2K.1 =MRAL. These specifications cover furnishing of grounding matorial requirecT n"the amer's 69 KV substation as shown on Drawing. (0149-22) 2K,2 ODDI:S AND SPAN1AJMS- Groundinp, material provided under these specifications shall cofo`n to app if~ca -le .1S'IM standards. 2K.3 MATERIAL Ids UIRED. Ilie Contractor shall provide all grounding material require or t1ii; grown grid of the substation including. flexible cable find connectors required for the connection of switch operating handles, equipment, and bus support columns to the substation grotatd grid. Connectors shall be provided for grounding each leg of each stricture and for supporting the ground wire rises to the equipment. The giaund wire shall be supported at intervals not exceeding 5 feet. 2K64. MATERIAL FURNISHED BY IYINP,R. All 4/0 AWG Copper Conductor shall be furnish y the oi,mor. s 2H ~ 2>i r/,2°F" 2E.1 2E. 2E.1 2E.1 I---~ _ 2E.1 2E.1 2F ~ 20 r / ! 1 4q 26 • 2E.2 2E.2 \Ad 1J,J tYl (Y) 26 2A NOTE: DASHED LINES INDICATE UNITS FURN134ED BY OWNER OCBS - 2TE- 69KS 3600-12D BUSKING CONNECTIONS REQUIRED TRANSFORMERS• W -12/16120 MVA BUSHING CONNECTIONS REQUIRED ' i DESIGNED BY E. T. AWSION5 , DEPARTMENT TENT OF PUBLIC UTILITIES SUPSTATION ONE LINE DRAWN BY W.L.S. No, BY DATE CITY OF DENTON. TEXAS DIAGRAM AS BUILT BY 4 I t F05rct) By ~..L7-1~--- A. I >CAL E, S. I OA7C• 1 O` `7J P ~.E O, . 149 `21 LH. r -N" rrrr r. r•rr --max Il r r r r.r rr r r-...r- r f '1 1 rrr r.Y~w.rrr== r k 1I rrr r rr r wr-. rr O rrr r+.~ n+~ ~ ~ I A ~r rrr ~.-ter r~l r Y.r.. 11 s i r r r r w r -..•n I I~ ! ~ I I rr..rrrrrrrrrr_~VI q 69 KV I r _//yyw~ 4 ---'r'4r i I ~ ~~r..rr•rr rrrr-. r 69KV I EQUIPMENT i rw.._r OUTDOV I t ~r rrr'- rrrr rr r ~i rrrr o\ i t lr r r r0 r`rr -+rrrr• o 00 -rrrr Y 1 w r k ~.._r-- k Xi Lt. K i 25'X 60' I I BLDG. Orr rr rr ~r ..rrr _r rr I ~ X r O r r r w I X ~ r r r Y r . • 25 I ~ r r ELM ST. r r r ALL M%Zr~:i'IGtiS BELaa GPf?t,rID S'WAL BE TgEWMM TYPE r p r GMUND MD? 3/4" x 10ow 1 (26) lc-X UIRM r FP IV GRf3U1iD #4/0 CU 2' Q NIM MCE 0DIaIn= IM )-r.,1CE {,OP,\'rP.S ~G P 4/0 CU Gr;i'SS 1>N1i AT 301 INTERVI'1~-~ tswia BE GFIUU -cE,p 5 USrsr 3Iff5, 2 lpl-2, ?FS~ FOR L.A•t 3tS~ Z :;SP'J = R: r Aft. STPIJCI't S j1fID al"I1T%R FL'Fs^II5}(}'D 1) u p ,u1 G Y~'1? TiU~ ~ GIVF, low; Prnjl Fcr FOR 7 A L I F E R R O S U S S T~, 10 ~ ' 1r,7PIPL DE Cr'S. pEV15104s OEPART!~I=kJT OF FUBi.IG UTILITIES GROUNDING ccslc*sa aY o~s>< CITY OF pENTON. 'TEXAS No. Fly v.v'T 13.10 14 9 - 22. AS alll'-y ;1:ATH POSTED BY r AS,. POT. DEV. :.A. TRANS, OCB E-W ELEVATION 30' MIN L.A. L.A. N • S ELEVA-ION LE, • SAS PSRGFIOFILES DES i6NE0 BY E. T. pEVIStONB DEPARTMENT OF PUBLIC UTILITIES GENERALIZED D4AWN BY W.I..S NO. 9Y DATE CITY OF pENYOI~E. TEXAS TAIFERRO 14 9 • 23 sN. ~ _ AS E'JILT BY SCALE: t, a tt , T, S DATE' 7 1 7 5 v v.E.O. , 1 NCF.7H 2 .......-.-,..~_i_.~....~-~..a.-"_r-.J 1 MEN t c ^~~r•rc:',to,.:la•c c•rl•u,to 'If ,•`a;/!/j1 a~~i .i,.-~'f ♦ , '\l\r /\I`. /Va,i I.`J,/` \ li,!\! /ir L.\ r J. i ' a ; ,r f r / / /\~\N. r. =r ! / / `!X` `/';r , /IIa /f\, /\ra ray \I c+a/~ J. fy\l / / i.r / ~J'' i r / r•~ I \I I, exN % / r` / , I• 'a``/~T./ I/'•f, /11"IN, 'r`!./V. y,\\ra/+! / / \/a,i~ I a / i\.• f f iI , \ 1 r r i III I, "o N I N, se I N, I, / /I ;`/~//a.».~ 1..,, \I •"/1\l J./' .!/a\/`/ I,% y y 71 •a, r \ r. r• Ja 1 i I ♦ rtla , j, t 1•./~ ,J\\i, e, - r % I a i r f\~k. ~a ! I t l\//.,(J\\>"y~r/~f~ h ~h % X-1 1' `k 1•x~ v' f ` Y'. / \ 7/\ IN ` a~( / y / L/\ , \r' 4/ ~;1\11 . ..r 7 ~ rh '•-\l/ 't/ ~\/~~~1.~` J,1 X1-"'1 1 hf r Y f / / `,`f i / / ,f , , /y~, I I~.\/,/\/~./\~J ~_Y=./.. ! J,,i /,/ate. i \\/v..-J / J_J~~ ~ tom.. IN TYPICAL C419 PO~f ' c,. ~ ~ f},JI \l..te,r(1 eee',~, n.xla:(. tlneco 6,J t E....• / t. ♦ 1, ♦ •i 11 111 ! . . 11 ' LCA: r.A)'i'.L tri CtrAIL1 IrLCMT l~ ILLC< IN WI7F U%C7M A0~0 , ' I • 6* moo i6lCl Ir,s.( C 6 CC+<\t+ 1~1'L LIe 1 IOC lj I,A`EO IE'1:E CROVA. 04 fdAiNTA@~ A k'.RNIPWA OI T' CISTANOt EETN'E£h PENCE ANO ANY Ct.OUNDCO STRCCTUR£, CTREA OAOU'ILS• ETC, nL,a.G,014:••24 I FENCE SPOU'.DITIG DET.LLS -4 1* C! T 11' n• I,lMY i ON I f . ARTHUR TATkW & ASSOCIATES INC. 23290 COMMERCE PARK DRIVE CLEVELAND, onx0 44122 August 5, 1975 69 KV SUBSTATION Q75-417 Material List List of similar-municipal substations supplied A7-28-75-69 showing outline ow: proposal is in accordance with plans specs including: A. Bus and structure designed for: 40,000 asym. amperes short circuit current 1,500; tension'por wire +156 in horizontal plane and horizontal tb 600 upwards in vortical plane plus 25f per cquaro it. wind B. A394 structure erection bolts with M,P. locknuts C. Aluminum bus with: ' wold type connocotrs for tubing Compression typo connectors for aluminum cable Drive type corona boll D. 600' 559.5 MCM A AAC by User E. Breaker and transformer terminals included ~~Ili i 2D TIMU 2K ARTHVR TATMAN & ASSOCIATES, INC. August 5, 1975 __L .LIST MAT;RI_ A_ Shcet-l of 2 - SHIPPING SHIPPING Noe MATERIA4 CU FT. WEIGHT ITEM{ gEQD 2D 1 Lot, hot:-dip galvanized steel, completes with anchor, erection, and equipment mounting bolts. Design, detail, fabricate, hot-din galvanize, and furnish indexed with drawings. Ship with columns and trusses assembled for field assembly. n 2E-1 6 ga69 p KV6xtlcal break switch# conplete0 with ampere momentary, operating 3meehanism, Joslyn RF-2 2F.-2 2 Ditto except 600 ampere, 40 KA momentary with motor mechanism 2E3 72 TR 216 Gray 070 for switches 2I?-1 6 69 KV deadend with 7 - ANSI 52-3 Gray 170 2F-2 6 69 KV bus support, 'PR 216 with clamp, slip, fixed, expansion type 2G 6 60 KV intermediate type arrAsters, G.E. Alugard 211 6 69 KV C.C.P.D „ G.E. Co. CD-51, ICD31806SN6C S; 2J-1 450' 3" IPS alwainum, - 6063-T6 -2J-2 100' 2" IPS aluminum, 6063-T6 2J-3 60 Weld type connectors, Anderson Electric 2J-4 120 Compression type connectors, uderson Eleetr~.o 2J-5 18 Drive type corona bell 2J-6 24 Stud connectors •i a _ ' i ARTHUR TATMAN & ASSOCIATES, I'NC. 2D TIiRU 2k August 51 1975 MATERIAL LIST Sheet 2 of 2 SHIPPING SHIPPING NO, MATERIAL CU FT WEIGHT ITEM D 2J-7 Lot Stainless steel bolts, nuts, etc., approx. 180 sets 2K-1 70 Structure ground clamps, tinned 2K-2 8 3' x 41 galvanized steel switch handle ground plate 2K-3 26 3/4" 0 x 10' copperclad ground rods, rox. 140 cartridge 2K-4 9At Cadweld handles, molds and app 2K-5 250' 2/0 7 strand tinned copperwelAs USA, 40% conductivity, for fence ground 2K-6 4 Flex gate grounding strap 2K-7 10 Ground clamp, 2/0 to fence post 2K-8 100 Tinned split bolt, strands of 2/0 popper to fence wire I a - rla ~ •0 - ~3 a z r' - 0 EES i ac r4 x ~ a z w. . '1-W °~~-o `1~G~ 13~-d 13~-cam ~=o °1=0 1?~'-r 1>'-C> q=b ~ _ - A N ~ ~ 4 ~ CI' ~ _ ~r 1, r r U